Upload
others
View
7
Download
0
Embed Size (px)
Citation preview
1
DEPARTMENT ENERGY
CONTRACT NUMBER: EE 01-2017
BID DOCUMENT (IN COMPLIANCE WITH THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PUBLISHED IN
GOVERNMENT GAZETTE NO. 34350 OF 8 JUNE 2011)
APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION.
CIDB GRADING: 8EP (Eden Park Substation) and 7EP (Albertsdale Cable works).
ISSUED BY: PREPARED BY: PREPARED FOR: Department of Finance Tender Office (Tender Initiation Section) 68 Woburn Avenue BENONI 1501 Private Bag X 65 BENONI 1500 Tel: (011) 999-6540/6567 Fax: (011) 999-7511
Energy Department Planning Services Corporate Office Boksburg Civic Centre Mr. N.R Ndou Email: [email protected] Fax: (011) 917 1634
Energy Department Planning Services Corporate Office Boksburg Civic Centre Mr. S.A Ntlatleng Email: [email protected] Fax: (011) 917 1634
NAME OF BIDDER (BIDDING ENTITY) (FULL NAME, i.e. (CC, (Pty) Ltd, Ltd, JV/CONSORTIUM, SOLE PROPRIETOR etc.) :
TEL NUMBER :
FAX NUMBER :
2
NOTICE TO BIDDERS
VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:
A bid not complying with the peremptory requirements stated hereunder will be regarded as not being an “Acceptable bid”, and as such will be rejected.
“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and specifications as set out in the bid documents. A BID WILL BE REJECTED:
1. If a VALID ORIGINAL tax clearance certificate or copy thereof (or in the case of a joint venture or consortium, of all the partners in the joint venture or consortium) has not been submitted with the bid document on closing date of the bid. (An expired tax clearance certificate submitted at the closure of the bid will NOT be accepted)
In bids where Consortia and Joint Ventures are involved, each party must submit a separate Tax Clearance Certificate.
Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.
Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.
2. If any pages have been removed from the bid document, and have therefore not been submitted. 3. In the event of a failure to complete and sign the schedule of quantities as required, i.e. only lump sums
provided. 4. In the event of there being scratching out, writing over or painting out rates or information, affecting the
evaluation of the bid, without initialling next to the amended rates or information 5. In the event of the use of correction fluid (eg. tippex), any erasable ink, or any erasable writing instrument
(e.g. pencil) 6. In the event of non-attendance of compulsory information session 7. If the Bid has not been properly signed by a person having the authority to do so. (Refer to Declaration) 8. If particulars required in respect of the bid have not been completed, except if only the Broad –Based Black
Economic Empowerment Certificate as provided for in Regulation 10 of The Preferential Procurement Regulations 2011, is not submitted, the bid will not be disqualified but no preference points will be awarded.
9. If the bidder attempts to influence, or has in fact influenced the evaluation and/or awarding of the contract. 10. If the bid has been submitted either in the wrong bid box or after the relevant closing date and time. 11. If any municipal rates and taxes or municipal service charges owed by the bidder or any of its directors/
members to the municipality or municipal entity, or to any other municipality or municipal entity,are in arrears for more than three months
12. If any bidder who during the last five years has failed to perform satisfactorily on a previous contract with the municipality, municipal entity or any other organ of state after written notice was given to that bidder that performance was unsatisfactory.
13. The accounting officer must ensure that irrespective of the procurement process followed, no award may be given to a person –
(a) who is in the service of the state, or;
3
(b) if that person is not a natural person, of which any director, manager, principal shareholder or stakeholder, is a person in the service of the state; or;
(c) who is an advisor or consultant contracted with the municipality in respect of contract that would cause a conflict of interest.
14. If the bidder is not registered in the required CIDB contractor grading designation (category) or higher, if required in this bid documentation.
15. If the bidder or any of its directors is listed on the Register of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector.
16. If the bidder has abused the EMM’s Supply Chain Management System and action was taken in terms of paragraph 38 of the EMM SCM Policy.
17. In the event of non-submission of financial statements if required (SEE BID DATA OR PRICING SCHEDULE). In this regard please note:
(17.1). If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (17.2). If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (17.3). Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. (17.4). If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (17.1) and (17.2) above for each of its financial years since commencing business. (17.5). If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted.
18. Please check special requirements in scope of work in document for additional attachments 19. If the following have not been fully completed and signed:
FORM 2.2.2 - GENERAL DECLARATION FORM 2.2.3 - DECLARATION OF INTEREST FORM 2.2.4 - DECLARATION OF BIDDER’S PAST SCM PRACTICES
FORM 2.2.5 - DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (IF APPLICABLE)
FORM 2.2.6 - CERTIFICATE OF INDEPENDENT BID DETERMINATION FORM 2.2.7 -DECLARATION FOR MUNICIPAL ACCOUNTS FORM 2.2.8 -DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE
EXPECTED TO EXCEED R10 MILLION FORM 2.2.9 - DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS
4
NOTE: 1. IN THIS DOCUMENT AND OTHER DOCUMENTS REFERRED TO BUT NOT ATTACHED, THE
FOLLOWING WORDS ARE SYNONYMOUS WITH EACH OTHER. 1.1. CLIENT, EMPLOYER, EKURHULENI METROPOLITAN MUNICIPALITY (EMM).
1.2. BID, TENDER AND VARIATIONS THEREOF 1.3 JOINT VENTURE / CONSORTIUM 1. Very important notice Bidders must note that only information filled in at the spaces provided therefore in the
bid document will be considered for evaluation purposes unless additional space is required and then only if the location of the additional information in the attachments is properly referred to by page number and section heading. Information supplied anywhere else will be disregarded which may lead to the rejection of the bid.
2. The attachment or inclusion of information not specifically asked for is not desirable and lead to delays in the awarding of bids. This includes Company Profiles and CV’s if not specifically requested
5
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. SUMMARY FOR BID OPENING PURPOSES NAME OF BIDDING ENTITY: .................................................. ………………………………………………………. ................................................................................................................................
PHYSICAL STREET ADDRESS: POSTAL ADDRESS:
TELEPHONE NUMBER : .............................................................................................................................. FAX NUMBER : .............................................................................................................................. E-mail ADDRESS : .............................................................................................................................. CONTRACT PRICE : R (Amount brought forward from the Form of Offer and Acceptance)* Signed by authorised representative of the Bidding Entity: ............................................................................. DATE: …………………………………………………
Should any discrepancy occur between this figure and that stated in the Form of Offer and Acceptance, the latter shall take precedence and apply.
6
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. CONTENTS PAGE(S) THE BID
PART T1: BIDDING PROCEDURES ....................................................................
T1.1 Notice and Invitation to Bid ............................. ……………...(WHITE)
T1.2 Bid Data ................................................................................... (PINK)
PART T2: RETURNABLE DOCUMENTS .............................................................
T2.1 Returnable Schedules required for Bid Evaluation
Purposes …………………………………………………….. .. (YELLOW)
T2.2 Other Documents required for Bid Evaluation Purposes . ...(YELLOW)
T2.3 Returnable Schedules that will be incorporated in the
Contract ............................................................................ ..(YELLOW)
THE CONTRACT
PART C1: AGREEMENT AND CONTRACT DATA ..............................................
C1.1 Form of Offer and Acceptance ............................................ (YELLOW)
C1.2 Contract Data ...................................................................... (YELLOW)
C1.3 Form of Guarantee ................................................................. (WHITE)
C1.4 Agreement in Terms of Occupational Health and
Safety Act, 1993 (Act No 85 Of 1993) .................................... (WHITE)
PART C2: PRICING DATA ...................................................................................
C2.1 Pricing Instructions .............................................................. (YELLOW)
C2.2 Bill of Quantities/Schedule of Activities ............................... (YELLOW)
PART C3: SCOPE OF WORKS ................................................................ (BLUE)
C3.1 Description of Works ................................................................ (BLUE)
PART C4: SITE INFORMATION
7
T . 1 EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. PART T1 BIDDING PROCEDURES T1.1 BID NOTICE AND INVITATION TO BID T1.2 BID DATA
8
T1.1 BID NOTICE AND INVITATION TO BID ADVERTISED IN: SOWETAN / STAR PUBLISHING DATE: 25 NOVEMBER 2016 NOTICE/REF. NO.: PRN 15/2016
EKURHULENI METROPOLITAN MUNICIPALITY
Bids are hereby invited for the following: ENERGY Planning
CONTRACT NO.: DESCRIPTION: DOC. FEE CLOSING DATE: EE 01-2017 Appointment of electrical contractors for the upgrade of R250.00 24 JANUARY 2017 Edenpark and Albertsdale Substation Bidders must note that this bid may be awarded to more than one bidder. Bidders must note that certain works under this Bid may only be constructed using labour-based construction methods and must limit the utilization of their permanently employed personnel to Key Personnel and all other personnel and labourers must be recruited locally
Bidders must note that only Transformers, Shunt Reactors, Cables and Steel Structure that is 70% - 100% locally produced or locally manufactured and from local raw material or input will be considered
Bidders must be registered with the Construction Industry Development Board (CIDB) in a contractor grading designation determined in accordance with the sum tendered for a 8 EP (Eden Park Substation) or 7 EP (Alberts Dale Cable works) class of construction work. Enterprises who have a 7 EPPE (Eden Park Substation) or 6 EPPE (Alberts Dale Cable works) grading may also submit bids
Acceptable bids will be evaluated by using a system that awards points on the basis of 90 points for bid price and a maximum of 10 points for the Broad-Based Black Economic Empowerment (B-BBEE) status level of contributor PLEASE NOTE THAT A VALID ORIGINAL OR COPY OF A COMPANY’S TAX CLEARANCE CERTIFICATE (OR IN THE CASE OF A JOINT VENTURE, OF ALL THE PARTNERS IN THE JOINT VENTURE) MUST BE SUBMITTED WITH THE BID DOCUMENT
Bid documents will be available as from 12:00 on MONDAY, 28 NOVEMBER 2016, and thereafter on weekdays from 08:00 until 15:00 ONLY, upon payment of a cash non-refundable document fee of R250-00 per set, at the Tender Offices, Ground Floor, 68 Woburn Avenue, Benoni. (Tel. No. (011) 999-6540/6567)
A compulsory information session will be held at 10:00 on TUESDAY, 06 DECEMBER 2016. Prospective bidders are requested to meet on the said date and time at: EDENPARK SUBSTATION, VAN GUARD AND WILLY STR, ALBERTON, SOUTH AFRICA LATITUDE: -26.22.54 | LONGITUDE: 28.07.50. Bid documentation will not be available at the compulsory information session.
Bids are to be completed in accordance with the conditions and bid rules contained in the bid documents and supporting documents must be sealed and externally endorsed with the CONTRACT NUMBER AND DESCRIPTION and placed in bid box number EIGHT (08), on the Ground Floor, 68 Woburn Avenue, Benoni, not later than 10:00 on TUESDAY, 24 JANUARY 2017. Bids will be opened immediately thereafter, in public, in the Conference Room, Ground Floor, at above-mentioned address. All bids shall hold good for 120 days as from the closing date of bids.
Bids which are not received and/or deposited in the specified bid box before 10:00 on the closing date for the bid mentioned hereinbefore, will be marked as late bids and such bids shall in terms of the SCM Policy of the Ekurhuleni Metropolitan Municipality, not be considered by the Council as valid bids.
Enquiries must be directed to Mr. Innocent Mulaudzi at e-mail address [email protected]
Bidders attention is specifically drawn to the provisions of the bid rules which are included in the bid documents. The lowest or any bid will not necessarily be accepted and the Council reserves the right not to consider any bid not suitably endorsed or comprehensively completed, as well as the right to accept a bid in whole or part. Bids completed in pencil will be regarded as invalid bids. Bids may only be submitted on the documentation provided by the EMM. TELEFAX OR E-MAIL BIDS ARE NOT ACCEPTABLE
DR. I. MASHAZI ACTING CITY MANAGER EMM
9
T1.2 BID DATA
The conditions of bid are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015. A copy is attached hereto, immediately after page 13.
The under mentioned items of data and deviations will have precedence over the Standard Conditions of bid conditions in Annex F.
The Standard Conditions of Bid for Procurements make several references to the bid data for details that apply specifically to this bid. The bid data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the standard conditions of bid.
Clause number Data
F.1.1
ACTIONS
The Employer is: The City Manager Ekurhuleni Metropolitan Municipality Private Bag 1069 Germiston 1400
F.1.2
TENDER DOCUMENTS
The bid documents issued by the Employer comprise:
THE BID Part T1 Bidding procedures Part T1.1 Bid notice and invitation to bid Part T1.2 Bid data Part T2 Returnable documents Part T2.1 List of returnable documents Part T2.2 Returnable schedules
THE CONTRACT Part C1 Agreements and contract data C1.1 Form of offer and acceptance C1.2 Contract data C1.3 Form of Guarantee C1.4 Agreement in terms of Occupational Health and Safety Act, 1993 Part C2 Pricing Data C2.1 Pricing Instructions C2.2 Bill of Quantity Part C3 Scope of Works C3 Scope of Works Part C4 Site Information C4 Site Information
10
Clause number Data
F.1.4
COMMUNICATION AND
EMPLOYER’S AGENT
The Employer's agent is: Name: .......................................................................................... Address: ...................................................................................... ….................................................................................................. Tel: ......................................... Fax: ......................................... E-mail: ..........................................................................................
F.2.1
ELIGIBILITY
The following SHALL be included for all EXPANDED PUBLIC WORKS PROGRAMME( EPWP) projects. Further details required can be addressed to Mzi Gusha ([email protected]) or Alistair Glendinning at ([email protected])
Only those bidders who have in their employ management and supervisory staff satisfying the requirements of the scope of work for labour intensive competencies for supervisory and management staff are eligible to submit bids.
Only those bidders who are registered with the CIDB in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 8EP or 7EP class of construction work, or by a contractor who is registered as a potential emerging enterprise in terms of these regulations at a contractor grading designation one level lower than the required class as specified above are eligible to submit bids, provided that the employer:
(a) is satisfied that such a contractor has the potential to develop and qualify to be registered in that higher grade; and
(b) ensures that financial, management or other support is provided to that contractor to enable the contractor to successfully execute that contract.
Joint Ventures are eligible to submit bids provided that:
(1) each member of the joint venture is registered with the CIDB,
(2) the lead partner has a contractor grading designation in the 7 EP or 6 EP class of construction work; and
(3) the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations (according to the CIDB website Joint Venture Grading Designation Calculator) is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 8 EP or 7EP class of construction work
F.2.7
CLARIFICATION MEETING
The arrangements for a compulsory information session are:
Location: EDENPARK SUBSTATION, VAN GUARD AND WILLY STR, ALBERTON, SOUTH AFRICA LATITUDE: -26.22.54 | LONGITUDE: 28.07.50
Date: TUESDAY, 6 DECEMBER 2016 Starting time: 10:00.
F.2.12
ALTERNATIVE TENDER OFFERS
If a bidder wishes to submit an alternative bid offer, the only criteria permitted for such alternative bid offer is that it demonstrably satisfies the Employer's standards and requirements, the details of which may be obtained from the Employer's Engineer.
11
Clause number Data
Calculations, drawings and all other pertinent technical information and characteristics as well as modified or proposed Pricing Data must be submitted with the alternative bid offer to enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take a view on the degree to which the alternative and to evaluate the acceptability of the pricing proposals. Calculations must be set out in a clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal.
Acceptance of an alternative bid offer will mean acceptance in principle of the offer. It will be an obligation of the contract for the bidder, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer's standards and requirements.
The modified Bid Data must include an amount equal to 5% of the amount bided for the alternative offer to cover the Employer's costs of confirming the acceptability of the detailed design before it is constructed.
F.2.13.1
SUBMITTING A TENDER OFFER
Bidders may offer to provide any of the parts, or combinations thereof, of the works, services or supply identified in the contract data.
F.2.13.3
SUBMITTING A TENDER OFFER
The whole original bid document, as issued by the EMM, shall be submitted. No copies will be accepted.
THE BIDDER MAY SUBMIT, TOGETHER WITH THE FULLY COMPLETED BID DOCUMENT, A CD WITH A COPY IN PDF FORMAT OF THE ORIGINAL COMPLETED BILL OF QUANTITIES/PRICING SCHEDULE. THIS CD MAY BE USED WHENEVER THERE IS A DISPUTE BETWEEN THE BIDDER AND EMM.
Bids may only be submitted on the Bid documentation issued by the EMM.
F.2.13.5
SUBMITTING A TENDER OFFER
The Employer’s address for delivery of bid offers and identification details to be shown on each bid offer package are:
Location of bid box: Bid box number EIGHT (08)
Physical address: Finance Head Office Building
Ground Floor
68 Woburn Avenue
Benoni
Identification details: Contract Number: EE 01 -2017
APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION.
F.2.15
CLOSING TIME
The closing time for submission of bid offers is:
10:00 on TUESDAY, 24 JANUARY 2017
Telephonic, telegraphic, telex, facsimile or e-mailed bid offers will not be accepted.
F.2.16
TENDER OFFER VALIDITY
The bid offer validity period is 120 days
12
Clause number
Data
F.2.18
PROVIDE OTHER
MATERIAL
The bidder shall, when requested by the Employer to do so, submit the names of all management and supervisory staff that will be employed to supervise the labour-intensive portion of the works together with satisfactory evidence that such staff members satisfy the eligibility requirements.
F.2.19
INSPECTIONS, TESTS AND ANALYSIS
Access must be provided for the following inspections, Factory acceptance test, Site Acceptance test including tests and commissioning of the substation:
F.2.23
CERTIFICATES
The bidder is required to submit with his bid.
(1) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 5(2) or 6(2) of the Preferential Procurement Regulations, 2011 , if a bidder is an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003,a certificate issued by a registered auditor, accounting officer(as contemplated in section 60(4) of the Close Corporation Act, Act No.69 of 1984) or an accredited verification agency, in compliance with the requirements of Regulation 10 of the Preferential Procurement Regulations, 2011;
(2) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 5(2) or 6(2) of the Preferential Procurement Regulations, 2011 if a bidder is not an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003,an original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating its B-BBEE rating, in compliance with the requirements of Regulation 10 of the Preferential Procurement Regulations, 2011;
(3) A valid original Tax Clearance Certificate or copy thereof, issued by the South African Revenue Services;
(4) If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.
(5) If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.
13
(6) Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act.
(7) If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (1) and (2) above for each of its financial years since commencing business.
(8) If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted.
F.3.4
OPENING OF BID
SUBMISSIONS
The time and location for opening of the bid offers are:
Immediately after the closing time for submission of bid.
Location: Conference Room
Ground Floor
EMM Finance Head Office
68 Woburn Avenue
BENONI
F.3.5
TWO-ENVELOPE
SYSTEM
A two-envelope procedure will not be followed.
F.3.9
3.9.1
ARITMETICAL ERRORS
Replace the contents of the clause with the following:
“Check responsive tender offers for arithmetical errors, correcting them in the following manner: a) Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern. b) If bills of quantities (or schedule of quantities or schedule of rates) apply and there is an error in the line item total resulting from the product of the unit rate and the quantity, the rate shall govern and the line item total shall be corrected. c) Where there is an error in the total of the prices either as a result of corrections required by this checking process or in the tenderer's addition of prices, the total of the prices shall be adjusted to reflect the arithmetically correct summation of corrected line item totals. Consider the rejection of a tender offer if the tenderer does not accept the correction of the arithmetical errors in the manner described above.”
F.3.11
EVALUATION OF BID
OFFERS
The preference procedure for evaluation of responsive bid offers shall be the 90/10 point preference system, being a maximum of 90 points for price and a maximum of 10 points for B-BBEE Status level of Contributor substantiated by the Broad-Based Black Economic Empowerment Status Level Certificate to be submitted in accordance with Regulation 10 of the Preferential Procurement Regulations, 2011 in full compliance with Form 2.3.3.
No special evaluation criteria will be used for this bid, only mandatory and CIDB Grading will be used
F.3.13.1
ACCEPTANCE OF BID OFFER
Bids containing any one or more of the errors or omissions, or bids not having complied with any one of the peremptory bid conditions as detailed on page 2 of this bid document, shall not be considered and shall automatically be rejected.
14
F.3.18
PROVIDE COPIES OF
THE CONTRACTS
The number of paper copies of the signed contract to be provided by the Employer is one.
ADDITIONAL CONDITIONS
APPLICABLE TO THIS BID
The additional conditions of bid are:
1 The Employer/Engineer may also request that the bidder provide written evidence that his financial, labour and other resources are adequate for carrying out the contract.
2 The Employer reserves the right to appoint a firm of chartered accountants and auditors and/or execute any other financial investigations on the financial resources of any bidder. The bidder shall provide all reasonable assistance in such investigations.
3 The bid document shall be submitted as a whole and shall not be taken apart .
4 List of returnable documents (PART T2) must be completed in full. (A bidder’s company profile will not be used by the EMM to complete PART T2 on behalf of the bidder)
NB: If PART T2 is not completed in full by the bidder, this offer will be rejected.
5 GENERAL CRITERIA (BIDS EVALUATION) / MINIMUM REQUIREMENTS
Substation infrastructures forms an integral part on the EMM Electrical network security, reliability and quality of supply to all network users. It is therefore imperative to ensure that qualified and well experienced consultants are appointed under this contract. As such the following information is required: THE FOLLOWING SETS OF CRITERIA WILL THEREFORE BE STRONGLY APPLIED TO ENSURE THAT WELL EXPERIENCED AND KNOWLEDGEABLE BIDDERS ARE CONSIDERED FOR THIS CONTRACT:
INFRASTRUCTURE AND RESOURCES AVAILABLE.
From time to time EMM may require the appointed contract holder to store some
material on behalf of EMM for such duration/period that would have been agreed upon between the contractor and the specific EMM Customer Care Centre (CCC). As a result, it is a requirement that the appointed bidder provide, in terms of the Physical Facility table provided in the bid document, a minimum of 1000 m² for physical infrastructure other than an office space to be able to accommodate the above. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE ONE POINT. FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
The logistic involved in the delivery and off-loading of the equipment requires transport. Amongst other resource, crane truck with desirable safe working load capacity relevant to the total mass of the heaviest quoted equipment must be provided Plant/Equipment table provided in the bid document. In cases where the bidder plan to hire or purchase the above plant / equipment, bidder must indicate on the Hired Plant/Equipment or Plant/Equipment to be purchased table provided
Commented [IM1]:
15
in the bid document. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE ONE POINT. FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO. THE BIDDER SHALL SCORE THE MINIMUMS AS STIPULATED IN THE TWO PARAGRAPHS ABOVE TO AFFORD THEM THE MAXIMUM SCORE OF TWO.
SIZE OF ENTERPRISE / FINANCIAL ABILITY (ABILITY TO DELIVER) The bidder shall be required to arrange insurances such as All Risk cover
insurance, Guarantees etc. Safety clothing of the employees, Remuneration to the employees both Permanent and Temporary local labours employed in projects. It’s therefore imperative that the bidder has a considerable cash flow, this is due to the EMM processes of payment for the goods delivered after having received the necessary invoice. The bidder shall have a minimum turnover of R 13 000 000 00 for Edenpark and R 4 000 000.00 for the Albertsdale Substations respectively, as per the minimum requirements in relation to the contractor grading designation of the CIDB. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE TWO POINTS. FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
STAFFING PROFILE
The appointed contractor will be providing the service through EMM, the bidder shall provide a team of the following:
NOTE: Due to the nature of works assigned to the above individuals, failure to provide
Designation Requirements Project Engineer The incumbent shall be Registered
Professional Engineers or Professional Technologies personnel registered in terms of the Engineering Profession Act (Act No 46 of 2000) with experience in electrical substation reticulation design, supervision and administration are eligible to submit bids. Submit professional registration number.
Site Foreman The incumbent shall have in their position a valid Operating Regulation for High Voltage Systems (ORHVS), Submit proof.
Safety Officer The incumbent shall be certified in terms of the OHS Act. Submit Proof.
16
the any of the above shall render the bid NON-Responsive. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE TWO POINTS. FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO. The above shall not limit the contractor to submit information indicating fully the
number of persons available to execute the project and their respective responsibilities must be provided on Staffing Profile and Proposed Key Personnel tables provided in the bid document.
PREVIOUS RELEVANT EXPERIENCE Complete understanding of the scope of this contract by the appointed service
provider and as well as the full knowledge of the critical impact the work covered under this specification has relative to the Public Sector service delivery programs is of the utmost importance. For the bidder to be considered under this contract, the bidder must provide information in the Previous Experience table provided in the bid document indicating one successfully executed substation project with a minimum voltage of 33KV. (Preferable done in the Public Sectors).
The bidder shall submit together with the bid, a hand over certificate/referral letter substantiating the appointments above as signed by the client. The hand over or referral letter shall indicate the following: duration of contract, Rand value of the project/contract and brief description of work conducted. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE TWO POINTS. FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
17
Annex F (normative)
Standard Conditions of Tender
As published in Annexure F of the CIDB Standard for Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015 F.1 General F.1.1 Actions F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not engage in anticompetitive practices. F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the procurement process or as soon as they become aware of such conflict, and abstain from any decisions where such conflict exists or recuse themselves from the procurement process, as appropriate. Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for improper acts in some
circumstances. A conflict of interest can create an appearance of impropriety that can undermine confidence in the ability of that person to act properly in his or her position even if no improper acts result.
2) Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or family interests in the tender or outcome of the procurement process and any personal bias, inclination, obligation, allegiance or loyalty which would in any way affect any decisions taken.
F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the capacity to proceed with the contract. F.1.2 Tender Documents The documents issued by the employer for the purpose of a tender offer are listed in the tender data. F.1.3 Interpretation F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable documents are deemed to be part of these conditions of tender. F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract arising from the invitation to tender.
18
F.1.3.3 For the purposes of these conditions of tender, the following definitions apply: a) conflict of interest means any situation in which:
i) someone in a position of trust has competing professional or personal interests which make it difficult to fulfill his or her duties impartially;
ii) an individual or organisation is in a position to exploit a professional or official capacity in some way for their personal or corporate benefit; or
iii) incompatibility or contradictory interests exist between an employee and the organisation which employs that employee.
b) comparative offer means the price after the factors of a non-firm price and all unconditional discounts it can be utilised to have been taken into consideration;
c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the employer or his staff or agents in the tender process;
d) fraudulent practice means the misrepresentation of the facts in order to influence the tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels;
e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body;
f) functionality means the measurement according to the predetermined norms of a service or commodity designed to be practical and useful, working or operating, taking into account quality, reliability, viability and durability of a service and technical capacity and ability of a tenderer.
F.1.4 Communication and employer’s agent Each communication between the employer and a tenderer shall be to or from the employer's agent only, and in a form that can be readily read, copied and recorded. Communications shall be in the English language. The employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the employer’s agent are stated in the tender data. F.1.5 Cancellation and Re-Invitation of Tenders F1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if- (a) due to changed circumstances, there is no longer a need for the services, works or goods requested; or (b) funds are no longer available to cover the total envisaged expenditure; or (c) no acceptable tenders are received. F1.5.2 The decision to cancel a tender must be published in the cidb website and in the government Tender Bulletin for the media in which the original tender invitation was advertised. F.1.6 Procurement procedures F.1.6.1 General Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest
19
number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders. F.1.6.2 Competitive negotiation procedure F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply. F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect. F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer. F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer. F.1.6.3 Proposal procedure using the two stage-system F.1.6.3.1 Option 1 Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the highest number of evaluation points and award the contract in terms of these conditions of tender. F.1.6.3.2 Option 2 F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all responsive tenderers to submit tender offers in the second stage, following the issuing of procurement documents. F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in the tender data, and award the contract in terms of these conditions of tender. F.2 Tenderer’s obligations
20
F.2.1 Eligibility F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of his principals, is not under any restriction to do business with employer. F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so prior to the closing time for tenders. F.2.2 Cost of tendering F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of any testing necessary to demonstrate that aspects of the offer complies with requirements. F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by the employer for printing the documents. Employers must attempt to make available the tender documents on its website so as not to incur any costs pertaining to the printing of the tender documents. F.2.3 Check documents Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the employer only for the purpose of preparing and submitting a tender offer in response to the invitation. F.2.5 Reference documents Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference. F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account. F.2.7 Clarification meeting
21
Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data. F.2.8 Seek clarification Request clarification of the tender documents, if necessary, by notifying the employer at least five working days before the closing time stated in the tender data. F.2.9 Insurance Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek qualified advice regarding insurance. F.2.10 Pricing the tender offer F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data. F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices. F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as provided for in the conditions of contract identified in the contract data. F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of contract identified in the contract data may provide for part payment in other currencies. F.2.11 Alterations to documents Do not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. F.2.12 Alternative tender offers F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule that compares the requirements of the tender documents with the alternative requirements that are proposed. F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or criteria otherwise acceptable to the employer. F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning tender.
22
F.2.13 Submitting a tender offer F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data. F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink. F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the employer. F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the purpose of the tender offer. F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as "ORIGINAL" and "COPY". Each package shall state on the outside the employer's address and identification details stated in the tender data, as well as the tenderer's name and contact address. F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer's name and contact address. F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the employer's address and identification details as stated in the tender data. F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening of the tender offer if the outer package is not sealed and marked as stated. F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated otherwise in the tender data. F.2.14 Information and data to be completed in all respects Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive. F.2.15 Closing time
23
F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery. F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of these conditions of tender apply equally to the extended deadline. F.2.16 Tender offer validity F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the tender data after the closing time stated in the tender data. F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed additional period with or without any conditions attached to such extension. F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be withdrawn or substituted. F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”. F.2.17 Clarification of tender offer after submission Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or substance of the tender offer is sought, offered, or permitted. Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred tenderer following a
competitive selection process, should the Employer elect to do so. F.2.18 Provide other material F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for submission stated in the employer’s request, the employer may regard the tender offer as non-responsive. F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required. F.2.19 Inspections, tests and analysis Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data.
24
F.2.20 Submit securities, bonds and policies If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the contract data. F.2.21 Check final draft Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract. F.2.22 Return of other tender documents If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data. F.2.23 Certificates Include in the tender submission or provide the employer with any certificates as stated in the tender data. F.3 The employer’s undertakings F.3.1 Respond to requests from the tenderer F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement documents. F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a tender offer in terms of a previous procurement process and deny any such request if as a consequence: a) an individual firm, or a joint venture as a whole, or any individual member of the joint
venture fails to meet any of the collective or individual qualifying requirements; b) the new partners to a joint venture were not prequalified in the first instance, either as
individual firms or as another joint venture; or c) in the opinion of the Employer, acceptance of the material change would compromise the
outcome of the prequalification process. F.3.2 Issue Addenda If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such extension and, shall then notify all tenderers who drew documents. F.3.3 Return late tender offers
25
Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer concerned. F.3.4 Opening of tender submissions F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for which acceptable reasons for withdrawal have been submitted will not be opened. F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his prices, number of points claimed for its BBBEE status level and time for completion for the main tender offer only. F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request. F.3.5 Two-envelope system F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened. F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum number of points for functionality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any points claimed on BBBEE status level. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for functionality. F.3.6 Non-disclosure Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer. F.3.7 Grounds for rejection and disqualification Determine whether there has been any effort by a tenderer to influence the processing of tender offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent practices. F.3.8 Test for responsiveness
26
F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received: a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents. F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation or qualification. A material deviation or qualification is one which, in the Employer's opinion, would: a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work, b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation. F.3.9 Arithmetical errors, omissions and discrepancies F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 for: a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in: i) line item totals resulting from the product of a unit rate and a quantity in bills of
quantities or schedules of prices; or ii) the summation of the prices. F3.9.2 The employer must correct the arithmetical errors in the following manner: a) Where there is a discrepancy between the amounts in words and amounts in figures, the
amount in words shall govern. b) If bills of quantities or pricing schedules apply and there is an error in the line item total
resulting from the product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected.
c) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer's addition of prices, the total of the prices shall govern and the tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve the tendered total of the prices.
27
Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the arithmetical error in the manner described above. F.3.10 Clarification of a tender offer Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer. F.3.11 Evaluation of tender offers F.3.11.1 General Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data. F.3.11.2 Method 1: Price and Preference In the case of a price and preference: 1) Score tender evaluation points for price 2) Score points for BBBEE contribution 3) Add the points scored for price and BBBEE. F.3.11.3 Method 2: Functionality, Price and Preference In the case of a functionality, price and preference: 1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of
points for functionality as stated in the Tender Data. 2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum
qualifying score for functionality as indicated in the tender invitation. 3) Tenders that have achieved the minimum qualification score for functionality must be
evaluated further in terms of the preference points system prescribed in paragraphs 4 and 4 and 5 below.
The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R1 million
4) (a)(i) The following formula must be used to calculate the points for price in respect of tenders( including price quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 1 000 000 ( all applicable taxes included):
min
min180
P
PPtPs
Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer.
(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less
than R30 000, if and when appropriate:
28
(4)(b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the B-BBEE status level of contributor in accordance with the table below:
B-BBEE status level of contributor Number of points 1 20 2 18 3 16 4 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0 (4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b) (4)(d) The points scored by tender in respect of B-BBEE contribution contemplated in
contemplated in subparagraph (4) (b) must be added to the points scored for price as calculated in accordance with subparagraph (4)(a).
(4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the
highest total number of points. The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value above R 1 million (5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R1 000 000 (all applicable taxes included):
90/10
min
min190
P
PPtPs
Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer. (5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B-
BBEE status level of contributor in accordance with the table below:
B-BBEE status level of contributor Number of points
1 10
2 9
3 8
4 5
5 4
6 3
29
7 2
8 1
Non-compliant contributor 0 (5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b). (5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with subparagraph (5)(a). (5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points. F.3.11.6 Decimal places Score price, preference and functionality, as relevant, to two decimal places. F.3.11.7 Scoring Price Score price of remaining responsive tender offers using the following formula: NFO = W1 x A
where: NFO is the number of tender evaluation points awarded for price. W1 is the maximum possible number of tender evaluation points awarded for price as stated in the Tender Data. A is a number calculated using the formula and option described in Table F.1 as stated in the Tender Data.
30
Table F.1 : Formulae for calculating the value of A
Formula Comparison aimed at achieving Option 1ª Option 2ª
1 Highest price or discount A = (1 + (P – Pm)) Pm
A = P / Pm
2 Lowest price or percentage commission/fee A = (1 - (P – Pm)) Pm
A = Pm / P
ª Pm is the comparative offer of the most favourable tender offer. P is the comparative offer of tender offer under consideration.
F.3.11.8 Scoring preferences Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data. F.3.11.9 Scoring functionality Score each of the criteria and subcriteria for quality in accordance with the provisions of the Tender Data. Calculate the total number of tender evaluation points for quality using the following formula: NQ = W2 x SO / MS
where: SO is the score for quality allocated to the submission under consideration;
MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender data
F.3.12 Insurance provided by the employer If requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or certificates of insurance which the conditions of contract identified in the contract data, require the employer to provide. F.3.13 Acceptance of tender offer Accept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer: a) is not under restrictions, or has principals who are under restrictions, preventing
participating in the employer’s procurement, b) can, as necessary and in relation to the proposed contract, demonstrate that he or she
possesses the professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience and reputation, expertise and the personnel, to perform the contract,
c) has the legal capacity to enter into the contract, d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the
Companies Act, 2008, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,
31
e) complies with the legal requirements, if any, stated in the tender data, and f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest. F.3.14 Prepare contract documents F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part of the tender documents to take account of: a) addenda issued during the tender period, b) inclusion of some of the returnable documents, and c) other revisions agreed between the employer and the successful tenderer. F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any. F.3.15 Complete adjudicator's contract Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed. F.3.16 Notice to unsuccessful tenderers F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or agreed additional period. F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other tenderers that their tender offers have not been accepted. F.3.17 Provide copies of the contracts Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance. F.3.18 Provide written reasons for actions taken Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers. F3.19 Transparency in the procurement process F3.19.1 The cidb prescripts require that tenders must be advertised and be registered on the cidb i.Tender system. F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as transparency requirements in the procurement process.
32
F3.19.3 The transparency model must identify the criteria for selection of projects, project information template and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of infrastructure projects. F3.19.4 The client must publish the information on a quarterly basis which contains the following information: Procurement planning process
Procurement method and evaluation process
Contract type
Contract status
Number of firms tendering
Cost estimate
Contract title
Contract firm(s)
Contract price
Contract scope of work
Contract start date and duration Contract evaluation reports F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the implementation of the transparency requirements in the procurement process. F3.19.6 Consultative Forum must be an independent structure from the bid committees. F3.19.7 The information must be published on the employer’s website. F 3.19.8 Records of such disclosed information must be retained for audit purposes.
33
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. PART T2 LIST OF RETURNABLE DOCUMENTS The bidder must complete the following returnable documents. T2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES................................................................................................................. T2.2 OTHER DOCUMENTS REQUIRED FOR BID EVALUATION PURPOSES................................................................................................................. T2.3 RETURNABLE SCHEDULES THAT WILL BE INCORPORATED IN THE CONTRACT ........................................................................................................................... T2.4 OTHER DOCUMENTS THAT WILL BE INCLUDED IN THE CONTRACT NOTE: Although the documents under Part T2 is headed “Returnable Documents” in line with the CIDB model, these are not the only documents to be returned together with the bid. All the documents indicated on Part T1, must be completed and signed where applicable and submitted as a complete set of documents.
34
T2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES CONTENTS PAGE(S) FORM 2.1.1: SCHEDULE OF CONSTRUCTION PLANT ............................................................. FORM 2.1.2: SIZE OF ENTERPRISE AND CURRENT WORKLOAD………………………….... FORM 2.1.3: STAFFING PROFILE .............................................................................................. FORM 2.1.4: PROPOSED KEY PERSONNEL ............................................................................. FORM 2.1.5: SCHEDULE OF PREVIOUS WORK CARRIED OUT BY BIDDER ......................... FORM 2.1.6: FINANCIAL ABILITY TO EXECUTE THE PROJECT………………………………… FORM 2.1.7: JOINT VENTURE/CONSORTIUM AUTHORITY ................................................... . FORM 2.1.8: SCHEDULE OF PROPOSED SUB CONTRACTORS………………………………. FORM 2.1.9: FINANCIAL REFERENCES (not required if CIDB grading applies)……………….. FORM 2.1.10 DETAILS OF ALTERNATIVE BIDS SUBMITTED……………………………….….... FORM 2.1.11 AMENDMENTS & QUALIFICATIONS BY BIDDER………………………………..… FORM 2.1.12 LABOUR-ENHANCED METHODS: PROPOSED PLANNED ACTIONS OF BIDDER RESULTING IN DEVIATIONS FROM SPECIFIED WORK………………..
35
FORM 2.1.1 SCHEDULE OF CONSTRUCTIONAL PLANT The Bidder shall state below what Constructional Plant will be available for the work should he be awarded the Contract.
DESCRIPTION, SIZE, CAPACITY NUMBER
36
DESCRIPTION, SIZE, CAPACITY NUMBER
37
FORM 2.1.2 SIZE OF ENTERPRISE AND CURRENT WORKLOAD What was your turnover in the previous financial year? R________________________ What is the estimated turnover for your current financial year? R __________________ Physical facilities:
Provide information on offices, factories, yards and warehouses occupied by your enterprise (attach details if the space provided is not enough)
Description Address Area (m²)
SMME STATUS - (COMPULSORY) TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR EVALUATION PURPOSES Provide details on the following
Sector/Sub-Sector in accordance with the Standard Industrial Classification
Total Full-time Equivalent of paid Employees
Total Annual Turnover
Total Gross Asset Value
Size or Class (Medium, Small, Very Small, Micro) NOTE : If all of the above does not adhere to the definition of a single class, use the total Annual Turnover only to decide on the class.
List your current contracts and obligations:
Description Value (R) Start date Duration Expected completed date
Do you have the capacity to supply the goods and services described in this bid, should the contract be awarded to you? FORM 2.1.3 STAFFING PROFILE Provide information on the staff that you have available to execute this contract (attach a separate list if the space provided is insufficient) Own staff: gender and race Number of staff
Staff to be employed for the project: gender and race Number of staff
FORM 2.1.4 PROPOSED KEY PERSONNEL The Bidder shall list below the key personnel (including first nominee and the second choice alternate), whom he proposes to employ on the project should his Bid be accepted, both at his headquarters and on the Site, to direct and for the execution of the work, together with their qualifications, experience, positions held and their nationalities.
DESIGNATION
NAME OF N
ATIO
NA
LITY
:
SUMMARY OF NQF 7
Certified
Yes/No
(i) NOMINEE (ii) ALTERNATE
QUALIFICAT-IONS
EXPERIENCE AND PRESENT OCCUPATION
HEADQUARTERS Partner/director
Project manager
Other key staff (give designation)
CONSTRUCTION MONITORING Site Agent Engineer on Site
Construction supervisor (give designation)
Other key staff (give designation)
FORM 2.1.5 SCHEDULE OF PREVIOUS WORK CARRIED OUT BY BIDDER Provide the following information on relevant previous experience. Indicate comparable projects of similar or larger size. This information is material to the award of the Contract. No points will be awarded if reference cannot be reached or if it refuses to supply information. Give at least two(2) names and telephone numbers and e-mail address per reference.
EMPLOYER (Name, tel no and
fax no)
CONSULTING ENGINEER
(Name, tel no and fax no)
NATURE OF WORK CARRIED OUT PREVIOUSLY
VALUE OF WORK
YEAR OF
COMPLETION
FORM 2.1.6 FINANCIAL ABILITY TO EXECUTE THE PROJECT Provide details on the surety you will provide if the bid is awarded to you
AMOUNT Which of the following institutions will provide surety?
Bank registered in terms of the Bank Act 1990 (Act 94 of 1990):
Insurance Company registered in terms of the Short Term Insurance Act 1998 (Act 53 of 1998): ______________________________________________________________________________________
Cash:
Provide the estimated cash flow on the project in terms of submissions of payment certificates or payment schedules to the Employer
Month no Amount (VAT included)
a Received
b Payments made
a – b Net cash flow
Cumulative cash flow
1 d j=d
2 e j+e=k
3 f k+f=l
4 g l+g=m
5 h m+h=n
6 Etc. Etc.
7
8
9
10
11
12
Maximum negative cash flow: Take the largest negative number in the last column and write it in here
Notes: (i) Value added tax to be included in all amounts (ii) Assume payment of certificates within 30 days of approval of certificate From what sources will you fund the above amount (e.g. Funds internally available, bank overdraft, loan, etc) _______________________________________________________________________________________ __________________________________________________________________________________________
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.1.7 JOINT VENTURE/CONSORTIUM AUTHORITY
JOINT VENTURE/ CONSORTIUM INFORMATION
(Complete only if applicable)
The parties hereto form a Joint Venture/ Consortium for the purpose of jointly bidding and obtaining the award of contract for APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION and of jointly performing such contract under joint and several responsibility.
The share of the partners in the Joint Venture/ Consortium shall be : Full Name and address of Lead enterprise
…………………………………………………………….. ………%
………………………………………………………………
Full Name and address of 2nd enterprise
……………………………………………………………. ………..%
……………………………………………………………..
Full Name and address of 3rd enterprise
……………………………………………………………. ………..%
……………………………………………………………..
The Lead Partner is hereby authorised to incur liabilities, receive instructions, payments, sign all documents in connection with the bid, and to be responsible for the entire execution and administration of the contract for and on behalf of the partners.
The parties hereto shall make available to the Joint Venture/ Consortium the technical advice and benefit of their individual experience and shall, in all other respects, endeavour to share the responsibility and burden of the performance of the Joint Venture/ Consortium.
To this end the parties hereto shall share, in the above proportions, in all risks and obligations arising out of or in connection with the Contract, especially in the provisions of all necessary working capital and guarantees, in profit and loss and personnel.
The Lead Partner shall supply, in its name, the necessary insurance prescribed for the industry and such other insurance as may be prescribed by the EMM, for the amount and period as stated in the Contract Data.
The Joint Venture/ Consortium may not be terminated by any of the parties hereto until either:
The contract has been awarded to another bidder
or
The work undertaken by the Joint Venture/ Consortium under the contract has been completed and all liabilities and claims incurred by and made by the Joint Venture/ Consortium have been settled, the bid is cancelled or the period of validity of bid extended.
No party to the Agreement shall be entitled to sell, assign or in any manner encumber or transfer its interest or any part thereof in the Joint Venture/ Consortium without obtaining the prior written consent of the other party hereto.
The Parties of the Joint Venture/ Consortium shall cooperate on an exclusive basis. No Party shall during the validity period of the bid submit a bid to or enter into a Contract with the EMM or any other party for the Project, either alone or in collaboration with a third party.
Authorised Signature Lead Partner…………………………………………….
Name ……………………………………………..
Designation …………………………………………….
Signed at……………………………………… on ………………………………………..
Authorised Signature of 2nd Partner…………………………………………….
Name ……………………………………………..
Designation …………………………………………….
Signed at……………………………………… on ………………………………………..
Authorised Signature of 3rd Partner…………………………………………….
Name ……………………………………………..
Designation …………………………………………….
Signed at……………………………………… on ………………………………………..
(ALL SIGNATORIES SHALL CONFIRM THEIR AUTHORITY BY ATTACHING TO THE LAST PAGE OF THE BID, ORIGINAL OR CERTIFIED COPIES OF DATED AND SIGNED RESOLUTIONS OF THE MEMBERS/DIRECTORS/PARTNERS AS THE CASE MAY BE.)
In the event that there are more than 3 Joint Venture/Consortium partners, additional page/s may be added in order to furnish the requested information and authorised signatures
FORM 2.1.8 SCHEDULE OF PROPOSED SUBCONTRACTORS Regulation 11(8) of the Preferential Procurement Regulations ,2011 provides that :
“A person must not be awarded points for B-BBEE Status Level if it is indicated in the tender documents that such a tenderer intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has capability and ability to execute the sub-contract.”
Regulation 11(9) of the Preferential Procurement Regulations ,2011 provides that :
A bidder awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the bidder concerned, unless the contract is sub-contracted to an exempted micro enterprise that has the capability and ability to execute the sub-contract.
Provide details on all sub-contractors you intend utilising for this contract:
Type of work to be used for As a
% of contract Name of sub-contractor
B-BBEE Status Level of Contributor Points of sub-contractor
Total % of contract sub-contracted
FORM 2.1.9 FINANCIAL REFERENCES DETAILS OF BIDDING ENTITY’S BANK If the bidder is a Joint Venture or partnership, the information requested below is required for each member / partner.
I/We hereby authorise the Employer/Engineer to approach all or any of the following banks for the purposes of obtaining a financial reference:
DESCRIPTION OF BANK DETAIL
BANK DETAILS APPLICABLE TO BIDDER
Name of bank
Contact person
Branch name
Branch code
Street address
Postal address
Telephone number ( )
Fax number ( )
Account number
Type of account, (i.e. cheque account)
BIDDER’S TAX DETAILS Bidder’s VAT vendor registration number: ........................................................................................................... Bidder’s SARS tax reference number: .................................................................................................................
FORM 2.1.10 DETAILS OF ALTERNATIVE BIDS SUBMITTED See condition of bid.
DESCRIPTION
FORM 2.1.11 AMENDMENTS AND QUALIFICATIONS BY BIDDER See condition of bid
PAGE DESCRIPTION
FORM 2.1.12 LABOUR-ENHANCED METHODS: PROPOSED PLANNED ACTIONS OF BIDDER RESULTING IN DEVIATIONS FROM SPECIFIED WORK
ACTIVITY OR PAY ITEM DESCRIPTION OF PLANNED ACTION RESULTING IN DEVIATION FROM
SPECIFIED WORK
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. T2.2 OTHER DOCUMENTS REQUIRED FOR BID EVALUATION PURPOSES CONTENTS PAGE(S) FORM 2.2.1 TAX CLEARANCE CERTIFICATE ........................................................................ FORM 2.2.2 GENERAL DECLARATION ……………………………………….…………………... FORM 2.2.3 DECLARATION OF INTEREST……………………………………………………….. FORM 2.2.4 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES ……………………………………………………………………………….. FORM 2.2.5 DECLARATION FOR PROCUREMENT ABOVE R10 MILLION………………….… FORM 2.2.6 CERTIFICATE OF INDEPENDENT BID DETERMINATION ………………………... FORM 2.2.7 DECLARATION FOR MUNICIPAL ACCOUNTS ……………………………………… FORM 2.2.8 DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE EXPECTED TO EXCEED R10 MILLION ……………………………………………….
FORM 2.2.1 TAX CLEARANCE CERTIFICATE
A VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY THEREOF, OBTAINED FROM SARS TO BE SUBMITTED WITH BID DOCUMENTS.
Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.
Note:
1. Failure to affix such documentation as prescribed to this page shall result in this bid not being further considered for the award of the contract, by the Bid Evaluation Committee.
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.2 GENERAL DECLARATION: I/We, the undersigned: (a) bid to supply and deliver to the EKURHULENI METROPOLITAN MUNICIPALITY [hereafter "EMM"]
all or any of the supplies and to render all or any of the articles, goods, materials, services or the like described both in this and the other Schedules to this Contract;
(b) agree that we will be bound by the specifications, prices, terms and conditions stipulated in those Schedules attached to this bid document, regarding delivery and execution;
(c) further agree to be bound by those conditions, set out in, “PARTS T1; T2; C1; C2; C3 and C4”, attached hereto, should this bid be accepted in whole or in part;
(d) confirm that this bid may only be accepted by the EMM by way of a duly authorised Letter of Acceptance;
(e) declare that we are fully acquainted with the Bid document and Schedules, and the contents thereof and that we have signed the Bill of Quantities and completed the Returnable Schedules and declarations, attached hereto;
(f) declare that all amendments to the bid document have been initialled by the relevant authorised person and that the document constitutes a proper contract between the EMM and the undersigned;
(g) certify that the item/s mentioned in the bid document, qualifies/qualify for the preference(s) shown.; (h) acknowledge that the information furnished is true and correct; (i) accept that in the event of the contract being awarded as a result of preference claimed in this bid
document, I may be required to furnish documentary proof to the satisfaction of the EMM that the claims are correct. If the claims are found to be inflated, the EMM may, in addition to any other remedy it may have, recover from me all cost, losses or damages incurred or sustained by the EMM as a result of the award of the contract and/or cancel the contract and claim any damages which the EMM may suffer by having to make less favourable arrangements after such cancellation;
(j) declare that no municipal rates and taxes or municipal service charges owed by the bidder or any of its directors to the municipality, or to any other municipality or municipal entity, are in arrears for more than three (3) months; and
(k) declare that I have not failed to perform satisfactorily during the last five (5) years on a previous contract with the Municipality, Municipal entity or any other organ of state, after written notice was given to me that my performance was unsatisfactory.
(l) declare that the signatory to the bid document is duly authorised; and (m) agree that documentary proof regarding any tendering issue will, when required, be submitted to
the satisfaction of the EMM. (n) declare that the Broad-Based Black Economic Empowerment Certificate submitted herewith in
terms of Regulation 10 of the Preferential Procurement Regulations, 2011 is based on true and accurate information and has been obtained from a duly accredited verification agency (or, in the case of an Exempted Micro-Enterprise(EME) from a registered auditor, accounting officer or accredited verification agency)
(o) declare that the following responses to be true and correct:
Does the bidder have participation in the submission of any other offer for the supplies/services described in the attached documents?
(Tick applicable box)
If YES the following information must be supplied:
a. The name(s) of the other Bidder(s) involved ……………………………………………… ……………………………………………… ………………………………………………
YES NO
2. The full details of the Bidder(s) participation …………………………………………….. ……………………………………………. …………………………………………… (p) declare that all of the information furnished is true and correct Signed at.............................………………………………...this.................day of………………......................... 20……
Name of Authorised Person: --------------------------------------------------------------------------------------------
Authorised Signature:
Name of Bidding Entity:___________ Date:
As witness: 1.
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.3 DECLARATION OF INTEREST 1. No bid will be accepted from persons in the service of the state¹. 2. Any person, having a kinship with persons in the service of the state, including a blood
relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.
3 In order to give effect to the above, the following questionnaire must be
completed and submitted with the bid.
3.1 Full Name of Owner of the Bidding Entity: ……..…………………………………
3.2 Identity Number if applicable: ………………………………………………………. 3.3 Position occupied in the Company (director, trustee, shareholder²): ……………
3.4 Company Registration Number: …………………………………………………….
3.5 Tax Reference Number:………………………………………………………………
3.6 VAT Registration Number: ………………………………………………………… ¹MSCM Regulations: “in the service of the state” means to be –
(a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;
(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity
or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);
(e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature.
² Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company.
3.7 The names of all directors / trustees / shareholders members, their individual
identity numbers and state employee numbers must be indicated in paragraph 4 below.
3.8 Are you presently in the service of the state? (Tick applicable box)
3.8.1 If yes, furnish particulars. ….…………………………………………………
………………………………………………………………………………..
YES NO
3.9 Have you been in the service of the state for the past twelve months? (Tick applicable box)
3.9.1 If yes, furnish particulars.………………………...……….. ………………………………………………………………………………
3.10 Do you have any relationship (close family member, partner or associate) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid? (Tick applicable box)
3.10.1 If yes, furnish particulars. ……………………………………………………………………………… ………………………………………………………………………………
3.11 Are you aware of any relationship (close family member, partner or associate)
between any other bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid?
(Tick applicable box)
3.11.1 If yes, furnish particulars ……………………………………………………………………………… ……………………………….……...........................................................
3.12 Are any of the company’s directors, trustees, managers,
principle shareholders or stakeholders in service of the state? (Tick applicable box)
3.12.1 If yes, furnish particulars. ………………………………………………………………………………. ……………………………………………………………………………….
3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or stakeholders
in service of the state? (Tick applicable box)
3.13.1 If yes, furnish particulars.
………………………………………………………………………………. ……………………………………………………………………………….
3.14 Do you or any of the directors, trustees, managers,
principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract. (Tick applicable box)
YES NO
YES NO
YES NO
YES NO
YES NO
YES NO
3.14.1 If yes, furnish particulars:
…………………………………………………………………………….. ……………………………………………………………………………..
4. Full details of directors / trustees / members / shareholders.
Full Name Identity Number Employee Number
CERTIFICATION
I, THE UNDERSIGNED (NAME) ……………………………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE AND/OR THE EMM MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………….. ……………………………………..
Signature Date
…………………………………. ……………………………………… Capacity Name of Bidding Entity
NAME OF BIDDING ENTITY ……………………………………………………
FORM 2.2.4 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Municipal Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that when
goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.
3 The bid of any bidder may be rejected if that bidder, or any of its directors have: a. abused the municipality’s / municipal entity’s supply chain management system or committed
any improper conduct in relation to such system; b. been convicted for fraud or corruption during the past five years; c. willfully neglected, reneged on or failed to comply with any government, municipal or other
public sector contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and
Combating of Corrupt Activities Act (No 12 of 2004).
4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury’s
database as a company or person prohibited from doing business with the public sector? (Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).
Yes
No
4.1.1 If so, furnish particulars:
4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? (To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445).
Yes
No
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?
Yes
No
4.3.1 If so, furnish particulars:
Item Question Yes No
4.4 Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?
Yes
No
4.4.1 If so, furnish particulars:
4.5 Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes
No
4.7.1 If so, furnish particulars:
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME) …………..……………………………..………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………………... ………………………….. Signature Date …………………………………………. ………………………………………..……….. Position Name of Bidder
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.5 DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (VAT INCLUDED) BIDDERS MUST COMPLETE THE FOLLOWING QUESTIONNAIRE: 1.1 Are you by law required to prepare annual financial Statements? (Tick applicable box) If yes:
1.1.1 If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years must be submitted, (unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted).
1.1.2 If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years must be submitted,( unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted).
1.1.3 Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. Summaries and/or extracts of annual financial statements shall not be acceptable and shall result in the rejection of the bid.
1.2 If your answer to 1.1 above is YES then, did you only commence business within the past three years?
(Tick applicable box) 1.2.1 If yes, the bidder is required to submit annual financial statements in compliance with the provisions of 1.1.1 and 1.1.2 above for each of its financial years since commencing business.
1.3 If your answers to 1.1 above is NO , un-audited financial statements must be submitted with your bid for the periods specified in 1.1.1, 1.1.2 or 1.2.1 above, as the case may be. ............................................................................... 2. Do you have any outstanding undisputed commitments for municipal services towards a municipality or any other service provider in respect of which payment is overdue for more than 30 days? (Tick applicable box) 2.1 If no, this serves to certify that the bidder has no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 30 days. 2.2 If yes, provide particulars. …………………………………………………………. …………………………………………………………. ………………………………………………………….. 3. Has any contract been awarded to you by an organ of state during the past five years, including particulars of any material
YES NO
YES NO
YES NO
non-compliance or dispute concerning the execution of such contract? (Tick applicable box) 3.1 If yes, furnish particulars. …………………………………………………………. …………………………………………………………. 4. Will any portion of goods or services be sourced from outside the Republic and if so, what portion and whether any portion of payment from the municipality / municipal entity is expected to be transferred out of the Republic? (Tick applicable box) 4.1 If yes, furnish particulars ……………………………………………………….. ………………………………………………………..
CERTIFICATION
I, THE UNDERSIGNED (NAME) ……………………………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ……………………………………… ……………………………………………………. Signature Date ……………………………………… ………………………………………………………………….. Position Name of Bidder
YES NO
YES NO
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.6 CERTIFICATE OF INDEPENDENT BID DETERMINATION 1 This Form “2.2.6“ must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between,
or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.
3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:
a. take all reasonable steps to prevent such abuse; b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain
management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and
c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract.
4. This Form “2.2.6“ serves as a certificate of declaration that would be used by institutions to ensure that,
when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (Form “2.2.6“) must be completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals. ² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.
CERTIFICATE OF INDEPENDENT BID DETERMINATION I, the undersigned, in submitting the accompanying bid:
CONTRACT NUMBER: EE 01-2017
APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION.
______________________________________________________________________
(Bid Number and Description) in response to the invitation for the bid made by:
EKURHULENI METROPOLITAN MUNICIPALITY ______________________________________________________________________
(Name of Municipality / Municipal Entity) do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of: __________________________________________________ that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (a) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on
their qualifications, abilities or experience; and (c) provides the same goods and services as the bidder and/or is in the same
line of business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.
³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding: (a) prices; (b) geographical area where product or service will be rendered (market allocation) (c) methods, factors or formulas used to calculate prices; (d) the intention or decision to submit or not to submit, a bid; (e) the submission of a bid which does not meet the specifications and conditions of
the bid; or (f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.
………………………………………………… ………………………………… Signature Date …………………………………………………. ………………………………… Position Name of Bidder
NAME OF BIDDING ENTITY ……………………………………………………….
FORM 2.2.7: DECLARATION FOR MUNICIPAL ACCOUNTS
MUST BE COMPLETED FOR THIS BID
Declaration in terms of paragraph 38(1)(d)(i) of the Supply Chain Management Policy of the EMM, irrespective of the contract value of the bid: NB: Please note that this declaration must be completed by ALL bidders (i). I, the undersigned hereby declare that the signatory to this tender document; is duly authorised and further
declare: (ii) that at the closing date of the bid, no municipal rates and taxes or municipal service charges owed by the
bidder or any of its directors/members to the EMM, or to any other municipality or municipal entity, are in arrears for more than three (3) months.
(iii). I acknowledge that should it be found that any municipal rates and taxes or municipal charges as set out
in (i) above are in arrears for more than three (3) months, the bid will be rejected and the EMM may take such remedial action as is required, including the rejection of the bid and/or termination of the contract.
(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be
submitted to the EMM to its satisfaction, PRIOR to the commencement with the service/work but not later than 14 days after having been informed of the acceptance of the bid; and that
(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity for
services/goods rendered shall be utilised to offset any monies due to a municipality or a municipal entity. (vi) The following account/s of the bidding entity has reference: Municipality Account number ................................................................................................................................ ................................................................................................................................ ................................................................................................................................ (NB: If insufficient space above, please submit on a separate page)
PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant block,
Bidding entities who operate from informal settlements
Bidding entities who operate from a property owned by a director / member / partner
Bidding entities who operate from somebody else’s property
Bidding entities who rent premises from a landlord
Other (Please specify)
Signed at.............................……this..............day of………………............... 20… Name of Duly Authorised Signatory: (Please print)................................................
Authorised Signature: .................................................... As witness: 1. ............................................................... 2. ..................................................................
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.8: DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE EXPECTED TO EXCEED R10 MILLION
MUST BE COMPLETED FOR THIS BID
Declaration in terms of paragraph 21(1)(d)(ii) of the Supply Chain Management Policy of the Ekurhuleni Metropolitan Municipality (EMM), to be completed by ALL bidders in cases where the value of the transaction is expected to exceed R10 million (VAT included). (i). I, the undersigned hereby declare that the signatory to this tender document; is duly authorised and further
declare: (ii). that at the closing date of the bid, the bidder had no undisputed commitments for municipal services
towards a municipality or other service provider in respect of which payment is overdue for more than 30 days.
(iii). I acknowledge that should it be found that any undisputed commitments for municipal services charges
towards a municipality or other service provider in respect of which payment is overdue for more than 30 days, the EMM may take such remedial action as is required.
(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be
submitted to the EMM to its satisfaction PRIOR to the commencement with the service/work but not later than 14 days after having been informed of the acceptance of the bid: and that
(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity by the EMM
for services/goods rendered in terms of this bid shall be utilised to offset any monies due to a municipality or a municipal entity.
(vi) The following account/s has reference: Municipality Account number ................................................................................................................................ ................................................................................................................................ ................................................................................................................................ Signed at.............................……this..............day of………………............... 20…. (NB: If insufficient space above, please submit on a separate page)
PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant block,
Bidding entities who operate from informal settlements
Bidding entities who operate from a property owned by a director / member / partner
Bidding entities who operate from somebody else’s property
Bidding entities who rent premises from a landlord
Other (Please specify)
Signed at.............................……this..............day of………………............... 20… Name of Duly Authorised Signatory: (Please print)................................................
Authorised Signature: .................................................... As witness: 1. ...............................................................
2. ..................................................................
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.9 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT
FOR DESIGNATED SECTORS
This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably). Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011 and the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)]. 1. General Conditions 1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the
promotion of local production and content. 1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the
award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.
1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding
process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.
1.4. A person awarded a contract in relation to a designated sector, may not sub-contract
in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.
1.5. The local content (LC) expressed as a percentage of the bid price must be calculated
in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:
LC = [1- x / y] *100
Where
x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT)
Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as required in paragraph 4.1 below. The SABS approved technical specification number SATS 1286:2011 is accessible on http://www.thedti.gov.za/industrial development/ip.jsp at no cost.
1.6. A bid may be disqualified if –
(a) this Declaration Certificate and the Annex C (Local Content Declaration:
Summary Schedule) are not submitted as part of the bid documentation; and
(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.
2. Definitions 2.1. “bid” includes written price quotations, advertised competitive bids or proposals; 2.2. “bid price” price offered by the bidder, excluding value added tax (VAT); 2.3. “contract” means the agreement that results from the acceptance of a bid by an
organ of state; 2.4. “designated sector” means a sector, sub-sector or industry that has been
designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;
2.5. “duly sign”means a Declaration Certificate for Local Content that has been signed
by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).
2.6. “imported content” means that portion of the bid price represented by the cost of
components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour and intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;
2.7. “local content” means that portion of the bid price which is not included in the
imported content, provided that local manufacture does take place;
2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and
2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work
to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.
3. The stipulated minimum threshold(s) for local production and content (refer to
Annex A of SATS 1286:2011) for this bid is/are as follows:
Description of services, works or goods Stipulated minimum threshold Transformers Class 1 70.00 % Transformers Class 0 90.00 % Shunt Reactors Class 1 70.00 % Medium Voltage Cables 90.00 % Low Voltage Cables 90.00 % Optic Fibre Cables 90.00 % Steel Structure 100.00%
DESGINATED PRODUCTS FOR CONTRACT EE 01-2017
Item number
% Local Content
6 STRUCTURAL STEELWORK
6.2.3 33kV HV Cable termination support (CES)
100%
6.2.4 33kV HV SA support Cap 100%
6.2.5 6.6kV MV cable end support 100%
6.2.6 6.6kV MV SA support Cap 100%
6.2.7 Fire wall support 100%
6.2.8 14m Lightning/Lighting mast support 100%
6.2.9 6.6kV Aux– 2.5m ME support 100%
6.2.10 ISOLATOR 6.6kV 2500A 31kA Support 100%
6.2.11 Insul, Line Post 6.6kV 10kN 31mm/kV (CES) 100%
E2.1.9 Lightning/Lighting Masts/ Area Lighting
E2.1.10 Lightning Masts complete with fittings and electrical control compartment and 4 x 400W per /14m Mast/ (HPS or LED)
100%
E2.1.12 6mm^2 x 4 core cable inclusive of terminations for the general area and substation lighting 90%
E4 HV and MV Cable Work 90%
E4.1.4 Supply and Lay 630mm² XLPE Cu single Core 33kV cable 90%
E4.2.8 Supply and lay 6.6kV , 95mm2 XLPE three core Cu cable 90%
E4.2.9 Supply and lay 6.6kV , 240mm2 XLPE three core Cu cable 90%
6 STRUCTURAL STEELWORK (SANS 1200 H ,HC)
6.2.1 33kV Circuit Breaker support 100%
6.2.2 33kV Isolator support 100%
6.2.3 33kV CT – 2.5m ME support 100%
6.2.4 33kV CT support cap 100%
6.2.5 33kV HV Cable termination support (CES) 100%
E3 HV AND MV CABLE WORK
E3.1.4 Supply and Lay 500mm² XLPE Aluminium single Core 33kV cable from Alberts Dale Sub to Eden Park Sub , Tre-foil lay out.
90%
E3 INSTALLATION OF EQUIPMENT
4. Does any portion of the services, works or goods offered have any imported content? (Tick applicable box)
YES NO 4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as
prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by the SARB for the specific currency at 12:00 on the date of advertisement of the bid.
The relevant rates of exchange information is accessible on
www.reservebank.co.za. Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):
Currency Rates of exchange US Dollar Pound Sterling Euro Yen Other
NB: Bidders must submit proof of the SARB rate (s) of exchange used.
5. Were the Local Content Declaration Templates (Annex C, D and E) audited and
certified as correct? (Tick applicable box)
YES NO 5.1. If yes, provide the following particulars:
(a) Full name of auditor: ……………………………………………………… (b) Practice number: ……………………………………………………………………….. (c) Telephone and cell number:
………………………………………………………………. (d) Email address: ………………………………………………………………………..
(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)
6. Where, after the award of a bid, challenges are experienced in meeting the stipulated
minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the Accounting Officer / Accounting Authority provide directives in this regard.
E3.1.4 33/6.6kV 20MVA OLTC Transformer DYN11 Open Bushings 70%
E3.1.5 Supply Install 6.6kV NER 70%
LOCAL CONTENT DECLARATION (REFER TO ANNEX B OF SATS 1286:2011)
LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)
IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): .........................................................................................................................
NB 1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. 2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract. I, the undersigned, …………………………….................................................. (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:
(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that
(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and
(ii) the declaration templates have been audited and certified to be correct. (c)The local content percentages (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C;
Bid price, excluding VAT (y) R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
Local content %, as calculated in terms of SATS 1286:2011
If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.
(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011. (e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Municipal / Municipal Entity imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000). SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. T2.3 RETURNABLE SCHEDULES THAT WILL BE INCORPORATED IN THE CONTRACT CONTENTS PAGE(S) FORM 2.3.1 FORM CONCERNING FULFILMENT OF THE CONSTRUCTION REGULATIONS, 2003 ............................................................................................. FORM 2.3.2 RECORD OF ADDENDA TO BID DOCUMENTS ................................................... FORM 2.3.3 ADJUDICATION OF BIDS ....................................................................................... FORM 2.3.4 GENERAL INFORMATION………………………………………………………
FORM 2.3.1 FORM CONCERNING FULFILMENT OF THE CONSTRUCTION REGULATIONS,2003 In terms of regulation 4(3) of the Construction Regulations, 2003 (hereinafter referred to as the Regulations), promulgated on 18 July 2003 in terms of Section 43 of the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) the Employer shall not appoint a contractor to perform construction work unless the Contractor can satisfy the Employer that his/her firm has the necessary competencies and resources to carry out the work safely and has allowed adequately in his/her bid for the due fulfilment of all the applicable requirements of the Act and the Regulations.
1 I confirm that I am fully conversant with the Regulations and that my company has (or will acquire/procure) the necessary competencies and resources to timeously, safely and successfully comply with all of the requirements of the Regulations. (Tick)
2 Proposed approach to achieve compliance with the Regulations (Tick)
Own resources, competent in terms of the Regulations (refer to 3 below)
Own resources, still to be hired and/or trained (until competency is achieved)
Specialist subcontract resources (competent) - specify:
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
3 Provide details of proposed key persons, competent in terms of the Regulations, who will form part of the Contract team as specified in the Regulations (CVs to be attached):
...................................................................................................................................................................
...................................................................................................................................................................
...................................................................................................................................................................
4 Provide details of proposed training (if any) that will be undergone:
...................................................................................................................................................................
...................................................................................................................................................................
...................................................................................................................................................................
...................................................................................................................................................................
5 Potential key risks identified and measures for addressing risks:
YES
NO
...................................................................................................................................................................
...................................................................................................................................................................
...................................................................................................................................................................
...................................................................................................................................................................
6 I have fully included in my bidded rates and prices (in the appropriate payment items provided in the Schedule of Quantities) for all resources, actions, training and any other costs required for the due fulfilment of the Regulations for the duration of the construction and defects repair period. (Tick)
SIGNATURE OF PERSON(S) AUTHORISED TO SIGN THIS BID: 1 ................................................................... ID NO: .................................................................. 2 ................................................................... ID NO: ..................................................................
YES
NO
FORM 2.3.2 RECORD OF ADDENDA TO BID DOCUMENTS We confirm that the following communications received from the Procuring Department before the submission of this bid offer, amending the bid documents, have been taken into account in this bid offer:
Date Title or Details
1 Confirmatory notes of compulsory site/clarification meeting
2
3
4
5
6
7
8
9
10
Attach additional pages if more space is required. …………………………………………………………… …………………………………………… Signature of Authorized person: Date: Name: …………………………………………..… Position: ………………………………..
FORM 2.3.3 ADJUDICATION OF BIDS
PROCUREMENT FORM ADJUDICATION OF BIDS Bids are adjudicated in terms of EMM Supply Chain Management Policy, and the following framework is provided as a guideline in this regard. 1. Technical adjudication and General Criteria
Bids will be adjudicated in terms of inter alia: Compliance with bid conditions Technical specifications If the bid does not comply with the bid conditions or technical specifications, the bid shall be rejected. See page 3 and 4 for examples.
2. Infrastructure and resources available Evaluation of the following in terms of the size, nature and complexity of goods and/or services required: Physical facilities Plant and equipment available for the contract owned by the bidder Plant and equipment the bidder intends renting or acquiring, should the contract be
awarded to him.
3. Size of enterprise and current workload Evaluation of the bid’s position in terms of:
Previous and expected current annual turnover Current contractual obligations Capacity to execute the contract
4. Staffing profile Evaluation of the bid’s position in terms of:
Staff available for this contract being bided for Qualifications and experience of key staff to be utilised on this contract.
5. Previous experience
Evaluation of the bid’s position in terms of his previous experience. Emphasis will be placed on the following: Experience in the relevant technical field Experience of contracts of similar size Some or all of the references will be contacted to obtain their input.
6. Financial ability to execute the contract
Evaluation of the bid’s financial ability to execute the contract. Emphasis will be placed on the following: Surety proposed Estimated cash flow Contact the bidder’s bank manager to assess the bidder’s financial ability to execute the
contract and the bidder hereby grants his consent for this purpose.
7. Good standing with SA Revenue Service
Establish whether a valid original tax clearance certificate or copy thereof has been submitted with the Bid document on closing date of the bid. If no such Certificate or copy thereof has been submitted, the bid must be rejected. If a valid original tax clearance certificate has not been submitted, the bidder shall be requested in writing to submit a valid original tax clearance certificate by a specific date and at a specific venue. NB A failure to submit a valid original tax clearance certificate in terms of the aforestated written request shall result in the rejection of the bid.
The bidder must affix a valid original Tax Clearance Certificate or copy thereof, to the last page of the bid document
In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.
Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.
Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.
NB:
If the bid does not meet the requirements contained in the EMM Supply Chain Management Policy, and the mentioned framework, it shall not be considered an acceptable bid and shall be rejected by the Municipality, and may not subsequently be made acceptable by correction or withdrawal of the non-conforming deviation or reservation.
8. Adjudication using a Points System
Acceptable bids will be evaluated using a system that awards points on the basis of bid price and B-BBEE Status Level of Contribution. Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate (from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA)) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
For bids with a bid amount equal to or below R 1 000 000.00 (all applicable taxes included) a maximum of 80 points is allocated for price and a maximum of 20 points for B-BBEE Status Level of Contribution. For bids with a bid amount above R 1 000 000.00 (all applicable taxes included) a maximum of 90 points is allocated for price and a maximum of 10 points for B-BBEE Status Level of Contribution.
A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.
A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract
The Municipality shall award the Contract to the Bidder obtaining the highest number of points for Price and B-BBEE Level of Contribution calculated in accordance with the Preferential Procurement Regulations, 2011, unless there are grounds that justify the award to another bidder, in accordance with the provisions of Section 2 (f) of the Procurement Policy Framework Act, Act No. 5 of 2000.
9. Remedies
The City Manager must act in terms of paragraph 13 of the Preferential Procurement Policy Regulations, 2011, against the bidder or person awarded the contract upon detecting that the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis, or any of the conditions of the contract have not been fulfilled
Regulation 13 of the Preferential Procurement Policy Regulations provides as follows:
“13 (1) An organ of state must, upon detecting that-
(a) The B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis; or
(b) Any of the conditions of the contract have not been fulfilled,
act against the tenderer or person awarded the contract.
(2) An organ of state may, in addition to any other remedy it may have against the person contemplated in sub-regulations (1) –
(a) Disqualify the person from the tendering process;
(b) recover all costs, losses or damages it has incurred or suffered as a result of that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;
(d) Restrict the tenderer or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining any business from any organ of state for a period not exceeding 10 years, after audi alteram partem (hear the other side) rule has been applied; and
(e) Forward the matter for criminal prosecution.”
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.
1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:
- the 80/20 system for requirements with a Rand value of up to R1 000 000 (One Million Rand) (all applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R1 000 000 (One Million Rand) (all applicable taxes included).
1.2 The value of this bid is estimated to exceed R1 000 000 (all applicable taxes included) and therefore the (90/10) system shall be applicable.
1.3 1.4 Preference points for this bid shall be awarded for:
(a) Price; and (b) B-BBEE Status Level of Contribution.
1.3.1 The maximum points for this bid are allocated as follows:
POINTS
1.3.1.1 PRICE 90. 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 10. Total points for Price and B-BBEE must not exceed 100 1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification
Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time
subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.
2. DEFINITIONS 2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies; 2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act; 2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad Based Black Economic Empowerment Act; 2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an
organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;
2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional
discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R5 million or less . 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or
decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;
2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working oroperating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;
2.12 “non-firm prices” means all prices other than “firm” prices; 2.13 “person” includes a juristic person; 2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the
time of bid invitations, and includes all applicable taxes and excise duties; 2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing,
another person to support such primary contractor in the execution of part of a project in terms of the contract;
2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;
2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and
2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.
3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points may be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into
account all factors of non-firm prices and all unconditional discounts;. 3.3 Points scored must be rounded off to the nearest 2 decimal places. 3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE. 3.5 However, when functionality is part of the evaluation process and two or more bids have scored
equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.
3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE
4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10
min
min180
P
PPtPs or
min
min190
P
PPtPs
Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid
5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points
must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:
B-BBEE Status Level of Contributor
Number of points
(90/10 system)
1 10
2 9
3 8
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an
Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.
5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.
5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.
5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.
5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.
5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.
5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.
6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND
5.1 7.1 B-BBEE Status Level of Contribution: …………. = …………… (maximum of 10 or
20 points) (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).
8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable) 8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted?........................................% (ii) the name of the sub-contractor? ………………………………………………. (iii) the B-BBEE status level of the sub-contractor?...................................................... (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO BIDDING ENTITY 9.1 Name of bidding entity; ....................................................................................................... 9.2 VAT registration number: 9.3 Registration number of bidding entity: ………………………………………………………………. 9.4 TYPE OF ENTITY [TICK APPLICABLE BOX]
Partnership/Joint Venture / Consortium One person business/sole proprietor Close corporation Company Trust Other (specify) ………………………….
9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ………….. ................................................................................................................................................................. ……………… ............................................................................................................................................................. …………….. ............................................................................................................................................................... 9.6 CLASSIFICATION [TICK APPLICABLE BOX]
Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc.
9.7 MUNICIPAL INFORMATION Municipality where business is situated …………………………………….. Consumer Account Number ……………………………. Stand Number ………………………………………………. 9.8 TOTAL NUMBER OF YEARS THE FIRM HAS BEEN IN BUSINESS AND REGISTRATION DETAILS?
Date of Registration___________; Date that commenced business, if different to date of registration____________.
9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the bidder, certify that the points claimed, based on the B-BBEE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the bidder for the preference(s) shown and I / we acknowledge that:
(i) The information furnished is true and correct; (ii) The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form. (iii) In the event of a contract being awarded as a result of points claimed as shown in
paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;
(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –
(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of
that person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a
result of having to make less favourable arrangements due to such cancellation;
(d) restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and
(e) forward the matter for criminal prosecution
WITNESSES: 1. ……………………………………… …………………………………… SIGNATURE(S) OF BIDDER(S) 2. ……………………………………… DATE: ……………………..
ADDRESS: …………………………..
….……………………………
FORM 2.3.4 GENERAL INFORMATION : 1. Details of Bidding Entity NAME OF BIDDER …………………………………………………………………………………….. POSTAL ADDRESS …………………………………………………………………………………….. STREET ADDRESS …………………………………………………………………………………….. TELEPHONE NUMBER CODE……………NUMBER………………………………………………………………
CELLPHONE NUMBER ………………………………………………………………… FACSIMILE NUMBER CODE…………. NUMBER………………………………………………………………………………… E-MAIL ADDRESS ……………………………………………………………………………………. VAT REGISTRATION NUMBER ………………………………………………………………………. HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN ATTACHED? (Tick applicable box)
HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (Tick applicable box)
IF YES, WHO WAS THE CERTIFICATE ISSUED BY? (Tick applicable box)
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) A VERIFICATION AGENCY ACCREDITEDBY THE SOUITH AFRICAN NATIONAL
ACCREDITATION SYSTEM (SANAS) A REGISTERED AUDITOR
(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE) ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED? (Tick applicable box) (IF YES ENCLOSE PROOF)
2. Legal entity: Mark with an X.
YES NO
YES NO
YES NO
Sole proprietor
Partnership
Close corporation
Company
Joint venture/ Consortium
Trust
Tertiary Institution
Public Entity
3. In the case of a Joint venture/ Consortium, provide details on joint venture/ consortium partners:
Joint venture/Consortium member Type of entity (as defined above)
4. Income tax reference number: (COMPULSORY)
(In the case of a joint venture/consortium, provide for all joint venture/consortium members) ____________________________ _________________________ ____________________________ _________________________ 5. VAT registration number (COMPULSORY):
(In the case of a joint venture/consortium , provide for all joint venture/consortium members) ____________________________ _________________________ ____________________________ _________________________ 6. Company ,close corporation, or trust registration number (COMPULSORY):
(In the case of a joint venture, provide for all joint venture members) ____________________________ _________________________ ____________________________ _________________________ 7. Construction Industry Development Board (CIDB) registration number (COMPULSORY)
(In the case of a joint venture, provide for all joint venture members) ____________________________ _________________________ ____________________________ _________________________ 8. Details of proprietor, partners, closed corporation members,, company directors, or trustees indicating
technical qualifications where applicable (Form on the next page). 9. For joint ventures/ consortiums the following must be attached:
Written authority of each JV / consortium partner, for authorized signatory. The joint venture/ consortium agreement.
10. For Trusts the following must be attached
a. Certified copy of the trust deed; b. Certified copies of the Letters of Authority issued in terms of S6 of the Trust Property Control Act, Act No.57 of 1988 c. Certified copy of the resolution of the trustees of the trust authorising the signatory to sign the bid on behalf of the trust
SIGNATURE OF AUTHORIZED PERSON :……………………………………………………… DATE : ………………………………………………………
91
DETAILS OF PROPRIETOR, PARTNERS, CLOSE CORPORATION MEMBERS , COMPANY DIRECTORS, TRUSTEES, (In the event of a joint venture/ consortium, to be completed by all of the above of the joint venture/ consortium partners)
Name and Surname Identity Number Relevant qualifications and experience Years of relevant experience
92
NAME OF BIDDING ENTITY ………………………………………………………. EQUITY OWNERSHIP – (COMPULSORY) TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR EVALUATION PURPOSES List all partners, shareholders or members of bidding entity by name, identity number, citizenship, gender, race, HDI status and ownership. In the case of a Joint Venture, Consortium or Partnership complete an “Equity ownership” for each member.
Name and Surname Position occupied in
Enterprise Identity number Citizen-
ship
Gender Male /
Female
Race HDI
Status (Y/N)
%Owned by HDI’s
% Owned by Women % Owned
by Disabled Black White
PLEASE NOTE KINDLY ATTACHED COPIES OF IDENTITY DOCUMENTS OF THE ABOVEMENTIONED MEMBERS
Page | 93
OCCUPATIONAL HEALTH AND SAFETY INFORMATION FOR BIDS
THE CONTRACTOR SHALL/MUST SUBMIT THE FOLLOWING TO THE MANAGER OH&S TO OBTAIN A CERTIFICATE OF COMPLIANCE FROM OH&S EKURHULENI METROPOLITAN MUNICIPALITY BEFORE ANY WORK MAY COMMENCE.
1. Proof of Registration with the Compensation Commissioner. 2. Letter of “Good Standing” with Compensation Commissioner. 3. Certified copy of first aid certificate. 4. Physical address where contract is taking place (on Company letterhead). 5. Detailed description of intended work (on Company letterhead). 6. List of all Personal Protective Equipment issued to employees (company letterhead). 7. List of ALL employees on site (on company letterhead). 8. Detailed Health and Safety Plan (on company letterhead). 9. Comprehensive Risk Assessment (Qualification and Contact details of Risk Assessor). 10. Public Liability and Commercial Insurance Certificate. 11. All related statutory appointments. 12. Certificates of relevant Training.
The above list represents the minimum content of a safety file In terms of the Construction Regulations, 2014 (the regulations) as promulgated in Government Gazette No 37307 and Regulation Gazette No 10113 of 7 February 2014. OHS Act 85 of 1993.
Page | 94
PLEASE REMEMBER:
(1) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 5(2) or 6(2) of the Preferential Procurement Regulations, 2011 , if a bidder is an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003,the bidder must attach a certificate issued by a registered auditor, accounting officer(as contemplated in section 60(4) of the Close Corporation Act, Act No.69 of 1984) or an accredited verification agency, in compliance with the requirements of Regulation 10 of the Preferential Procurement Regulations, 2011;
(2) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 5(2) or 6(2) of the Preferential Procurement Regulations, 2011 if a bidder is not an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003, the bidder must attach an original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating its B-BBEE rating, in compliance with the requirements of Regulation 10 of the Preferential Procurement Regulations, 2011;
(3) TO ATTACH A VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY THEREOF;
(4) IN THE CASE OF A JOINT VENTURE/CONSORTIUM, THE VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY/IES THEREOF, OF EACH ENTITY CONSTITUTING THE JOINT VENTURE/CONSORTIUM, MUST BE SUBMITTED WITH THE BID DOCUMENT ;
(5) ATTACH ALL REQUIRED DOCUMENTS TO THE LAST PAGE OF YOUR BID DOCUMENT
(6) BIDDERS OTHER THAN EMES MUST SUBMIT THEIR ORIGINAL AND VALID B-BBEE STATUS LEVEL
VERIFICATION CERTIFICATE OR A CERTIFIED COPY THEREOF, SUBSTANTIATING THEIR B-BBEE
RATING ISSUED BY A REGISTERED AUDITOR APPROVED BY IRBA OR A VERIFICATION AGENCY
ACCREDITED BY SANAS.
Page | 95
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. THE CONTRACT PART C1 AGREEMENT AND CONTRACT DATA PART C2 PRICING DATA PART C3 SCOPE OF WORKS PART C4 SITE INFORMATION
Page | 96
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. PART C1 AGREEMENT AND CONTRACT DATA C1.1 FORM OF OFFER AND ACCEPTANCE C1.2 CONTRACT DATA C1.3 FORM OF GUARANTEE C1.4 AGREEMENT IN TERMS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993)
Page | 97
C1.1 FORM OF OFFER AND ACCEPTANCE
FORM OF OFFER AND ACCEPTANCE (AGREEMENT)
OFFER
The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract in respect of the following works:
The Bidder, identified in the Offer signature block below, has examined the documents listed in the Bid Data and addenda thereto as listed in the Bid Schedules, and by submitting this Offer has accepted the Conditions of Bid.
By the representative of the Bidder, deemed to be duly authorised, signing this apart of this Form of Offer and Acceptance, the Bidder offers to perform all of the obligations and liabilities of the Contractor under the Contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the Conditions of Contract identified in the Contract Data.
THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS
rand (in words);
R (in figures),
This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document to the Bidder before the end of the period of validity stated in the Bid Data, whereupon the Bidder becomes the party named as the Contractor in the Conditions of Contract identified in the Contract Data.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the Bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement.
FOR THE BIDDER: Signature(s) ____________________________ _____________________________ Name(s) ____________________________ _____________________________ Capacity ____________________________ _____________________________ ___________________________________________________________ (Name and address of organisation) Name and signature of Witness____________________________ Date ________________________
Page | 98
ACCEPTANCE By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the Bidder's Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the, Conditions of Contract identified in the Contract Data. Acceptance of the Bidder's Offer shall form an agreement, between the Employer and the Bidder upon the terms and conditions contained in this Agreement and in the, Contract that is the subject of this Agreement.
The terms of the contract, are contained in
Part C1 Agreements and Contract Data, (which includes this Agreement) Part C2 Pricing Data Part C3 Scope of Work Part C4 Site Information and drawings and documents or parts thereof, which may be incorporated by reference into Parts C1 to C4 above.
Deviations from and amendments to the documents listed in the Bid Data and any addenda thereto listed in the Bid Schedules as well as any changes to the terms of the Offer agreed by the Bidder and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Agreement. No amendments to or deviations from said documents are valid unless contained in this Schedule, which must be duly signed by the authorised representative(s) of both parties.
The Bidder shall within two weeks after receiving a completed copy of this Agreement, including the Schedule of Deviations (if any), contact the Employer's agent (whose details are given in the Contract Data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the, Conditions of Contract identified in the Contract Data. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this Agreement.
Notwithstanding anything contained herein, this Agreement comes into effect on the date when the Bidder receives one fully completed original copy of this document, including the Schedule of Deviations (if any). Unless the Bidder (now Contractor) within five working days of the date of such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this Agreement, this Agreement shall constitute a binding contract between the parties.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the Bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement.
FOR THE EMM: Signature(s) ____________________________ _____________________________ Name(s) ____________________________ _____________________________ Capacity ____________________________ _____________________________ EKURHULENI METROPOLITAN MUNICIPALITY (Name and address of organisation) Name and signature of witness____________________________________________________ Date _________________________
Page | 99
SCHEDULE OF DEVIATIONS Notes: 1. The extent of deviations from the bid documents issued by the Employer prior to the bid closing date is limited to
those permitted in terms of the Conditions of Bid. 2. A Bidder's covering letter shall not be included in the final contract document. Should any matter in such, letter,
which constitutes a deviation as aforesaid become the subject of agreements reached during the process of, offer and acceptance, the outcome of such agreement shall be recorded here.
3. Any other matter arising from the process of offer and acceptance either as a confirmation, clarification or change to the bid documents and which it is agreed by the Parties becomes an obligation of the contract shall also be recorded here.
4. Any change or addition to the bid documents arising from the above agreements and recorded here, shall also be incorporated into the final draft of the Contract.
1 Subject ________________________________________________________________
Details ________________________________________________________________________ 2 Subject ________________________________________________________________
Details ________________________________________________________________________ 3 Subject ________________________________________________________________
Details ________________________________________________________________________ 4 Subject ________________________________________________________________
Details ________________________________________________________________________ 5 Subject ________________________________________________________________
Details ________________________________________________________________________
6 Subject ________________________________________________________________
Details ________________________________________________________________________ By the duly authorised representatives signing this Schedule of Deviations, the Employer and the Bidder agree to and accept the foregoing Schedule of Deviations as the only deviations from and amendments to the documents listed in the Bid Data and addenda thereto as listed in the Bid Schedules, as well as any confirmation, clarification or change to the terms of the offer agreed by the Bidder and the Employer during this process of offer and acceptance.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement.
FOR THE BIDDER:
Page | 100
Signature(s) ____________________________ ______________________________ Name(s) ____________________________ ______________________________ Capacity ____________________________ ______________________________ __________________________________________________________ (Name and address of organisation) Name and signature of witness __________________________________________________ Date _______________________ FOR THE EMM: Signature(s) ____________________________ ______________________________ Name(s) ____________________________ ______________________________ Capacity ____________________________ ______________________________ EKURHULENI METROPOLITAN MUNICIPALITY (Name and address of organisation) Name and signature of witness __________________________________________________ Date _______________________
Page | 101
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY CONTRACT NO: EE 01-2017 FOR: APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. C1.2 CONTRACT DATA CONDITIONS OF CONTRACT The Short Form of Contract First Edition (1999), (the “Green Book”) published by the Fédérationale Internationale des Ingénieurs-Conseils (FIDIC), is applicable to this Contract and is incorporated herein by reference plus a signed full bid document will act as a full legal document and serve as a Service Level Agreement, where applicable the provisions of Municipal Finance Management Act (MFMA) shall prevail.
Copies of these Conditions of Contract may be obtained from the South African Association of Consulting Engineers, or may be downloaded from the FIDIC website (www1.fidic.org/bookshop).
The Conditions of Contract refers to certain contract-specific data which appear in the APPENDIX, which data is furnished below.
Item Sub-
Clause Data
The employer The Employer is the Ekurhuleni Metropolitan Municipality The Employer's address for receipt of communications is: Physical address: Postal address: Ekurhuleni Metropolitan Municipality Private Bag 1069 C/o Queen & Spilsbury Streets GERMISTON GERMISTON 1400 1400
Documents forming the Contract listed in the order of priority
1.1.1
(a) The Agreement
C1.1 FORM OF OFFER AND ACCEPTANCE
(b) The Particular Conditions
(When Particular Conditions appear in this Bid document)
(c) The General Conditions
FIDIC Short Form of Contract First Edition 1999 (the “Green Book”)
(d) The Project Specification
Included
(e) The Included
Page | 102
Drawings (f) The Bill of Quantities
Included
Time for Completion
1.1.9 730 calendar days (24 Months)
Law of the Contract
1.4 The Law of the Republic of South Africa
Language 1.5 The language of the contract for written communications shall be ENGLISH
Provision of Site
2.1 The site to be provided by the Employer is directly in the Substation site and consists of bare land
Authorised person
3.1 Mr S.A Ntlatleng and/or such other person(s) as may be appointed to act on behalf of the Employer:
Boksburg Civic Centre Trichardt Road Boksburg 1461
P.O. Box 215 Boksburg 1460
Email: [email protected] Name and address of the Employer’s representative
3.2 Ronald Ndou Tel: Email: [email protected]
Performance Security/Liability of guarantee:
4.4 The liability of the Guarantee shall be in accordance with paragraph 21 (1)(f) of the EMM’s Supply Chain Management Policy, which reads as follows:
(f) where surety is required it shall be in the form of cash, a certified cheque, or a bank guarantee from a banking institution registered in terms of the Banks Act, 1990 (Act No. 94 of 1990) or from an insurer registered in terms of the Insurance Act, 1943 (Act No. 27 of 1943). Where bidders in Category A cannot raise the required surety of 2,5%, and it is feasible to deduct the amount from the first payment certificate, such concessions may be granted;
Guarantees will be required as follows: CATEGOR
Y PROJECT VALUE GUARANTEE
A < R500 000 2,5% B R500 001 – R1 000 000 5% C R1 000 001 – R2 000 000 7,5% D >R2 000 000 10%
Programme - Time for Submission - Form of Programme
7.2 Within 14 days of the Commencement Date
Simple bar chart in spreadsheet format
Amount payable due to failure to complete
7.4 R10 000,00 per calendar day up to a maximum of 5% of the sum contract sum as stated in the Agreement
Contract Price Adjustment
FORMULA FOR STEEL Ra = Rt(0,45Ln + 0,30Sn + 0,25Zn ) ( Lo So Zo ) Where
Page | 103
Symbol Description Ra Contract Rate after adjustment. Rt Contract Rate before adjustment as stipulated in the Tender. L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and Index pages) S The Steel Merchant Price for Unequal Angles (Table E-EX of SEIFSA Price and Index pages) Z The SEIFSA Index of basic price per ton for Zn 498,5% ex works, Springs (Table F of SEIFSA Price and Index pages) FORMULA FOR ELECTRICAL EQUIPMENT Ra = Rt (0,45Ln + 0,25Pn + 0,30En ) ( Lo Po Eo ) Where Symbol Description Ra Contract Rate after adjustment. Rt Contract Rate before adjustment as stipulated in the Tender. L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and Index pages) P The CSS (Central Statistical Service) Consumer Price Index (Table D-1 of SEIFSA Price and Index pages) E The CSS (Central Statistical Service) Production Price Index for Electrical Materials (Table G of SEIFSA Price and Index pages) FORMULA FOR REINFORCED/ PRECAST CONCRETE Ra = Rt (0,55Ln + 0,25Cn + 0,20Sn ) ( Lo Co So) Where Symbol Description Ra Contract Rate after adjustment. Rt Contract Rate before adjustment as stipulated in the Tender. L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and Index pages) C The CSS (Central Statistical Service) Price Index for Selected Materials (Table M – Ordinary and Extended Cement, of SEIFSA Price and Index pages)
Page | 104
S The CSS (Central Statistical Service) Price Index for Selected Materials (Table M – Reinforcing Steel, of SEIFSA Price and Index pages) FOR ROAD FREIGHT Ra = Rt (0,35Ln + 0,65Rn ) ( Lo Ro ) Where Symbol Description Ra Contract Rate after adjustment. Rt Contract Rate before adjustment as stipulated in the Tender. L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and Index pages) R The SEIFSA Index of Road Freight Costs (Table L-2 of SEIFSA Price and Index pages) FORMULA FOR COPPER AND ALUMINIUM Ra = Rt (0,25Ln + 0,75[X]n ) ( Lo [X]o) Where Symbol Description Ra Contract Rate after adjustment. Rt Contract Rate before adjustment as stipulated in the Tender. L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and Index pages) X The Copper or Aluminium Merchant Price for Annealed Copper or Aliminium tube / bar / plate as the case may be as quoted by SEIFSA
Period for notifying defects
9.1 and 11.5
365 days calculated from the date stated in the notice under Sub-Clause 8.2
Variation Procedure
10.2 a) Payment will be calculated at the Bill rates for items that appeared in the original Bill, or, where this is not the case,
b) Payment will be calculated at new rates determined as set out in the Pricing Instructions preceding the Bill, or
c) Where the Employer has issued a written instruction that work is to be carried out at Daywork Rates, the payment will be calculated at such rates upon submission by the contractor’s record of the hours expended
Page | 105
Payments 11 All payments to bidders will only be made by means of Electronic Fund Transfer (EFT). Successful bidders will be requested to submit within 14 days after appointment, the following documents: An original letter from the banking institution to confirm full details of the bank
account to the Council (Company name, account number)
An original cancelled cheque (if applicable)
An original letter on the bidding entity’s letterhead confirming bank account details into which all contract payments must be made, signed by an authorised official of bidding entity
Valuation of the works
11.1 Re-measurement with Bill of Quantities using rates determined as per a), b) and c) under 10.2: Valuation of Variations
Percentage of retention
11.3 10%
Currency of payment
11.7 South African Rands
Rate of interest
11.8 Subject to the prime rate at the time of claim.
Insurances 14.1 Notwithstanding the provisions of the Conditions of Contract and without limiting the obligations, liabilities or responsibilities of the Contractor in any way whatsoever including but not limited to the provision by the Contractor of any insurances, the Contractor will effect and maintain for the duration of the Contract until the date of the Certificate of Completion, the following insurances in the joint names of the Employer and the Contractor:
(i) Contract Works Insurance
(ii) Public Liability Insurance (iii) A Coupon for Special Risk Insurance (SASRIA) issued by the South African
Special Risk Insurance Association in the name of the Contractor (including all Sub-Contractors) and Council’s insurable interest must be noted in the policy.
A copy of the Contract Works Insurance, Public Liability Insurance policies and Coupon for Special Risk Insurance as arranged by the Contractor, must be submitted to the Employer. The Insurances will be maintained from the Commencement Date to the expiry date of the period for notifying defects. The Contractor shall effect and pay for any supplementary insurance which in its own interest it may deem necessary. The Contractor shall insure that all potential and appointed Sub-contractors are aware of the whole content of this clause, and enforce the compliance by Sub-contractors with this clause where applicable. Any clarification of the scope of cover provided by the Policies arranged by the Contractor should be obtained from the Council’s Claims management service provider. The Contractor and its Sub-contractors are deemed to have full knowledge of the terms and conditions under which the Principal Controlled Insurances are issued. In the event of any claim arising under the policy or policies held, the Contractor shall without delay take all the necessary steps to lodge his claim on the joint behalf of himself and the
Page | 106
Employer, and the claim submitted shall cover all costs to repair and make good in terms of Sub-clause 9.1 of the Conditions of Contract. The Contractor shall submit copies of all claims and related documents to the Employer. Settlement of claims will be paid to the Employer who will pay such amounts to the Contractor as the rectification proceeds. All claims shall be submitted in accordance with the requirements of the policy."
The insured amounts (ex VAT where applicable) shall not be less than: (i) Contract Works Insurance: R3 500 000 (ii) Public Liability Insurance: R5 000 000 (iii) A Coupon for Special Risk Insurance (SASRIA) as per SARIA limits
“The Executive Manager Insurance & Risks (Mr. Dries van den Berg – (011) 999-7369) will verify the Contractors All Risks insurance cover and issue a letter of confirmation that adequate cover is in place or not.”
Resolution of Disputes
15.3 Disputes are be settled in terms of Fédérationale Internationale des Ingénieurs-Conseils (FIDIC)
Settlement of disputes
15.1 Disputes are to be settled in terms of The Short Form of Contract First Edition (1999), (the “Green Book”) published by the Fédérationale Internationale des Ingénieurs-Conseils (FIDIC), is applicable to this Contract and is incorporated herein by reference plus a signed full bid document will act as a full legal document and serve as a Service Level Agreement, where applicable the provisions of Municipal Finance Management Act (MFMA) shall prevail.
Variations to the Conditions of Contract
4.5 Variations to the Conditions of Contract are: Add the following at the end of sub clause13.2: "13.3 The Employer and the Contractor hereby agree, in terms of the provisions of Section
37(2) of the Occupational Health and Safety Amendment Act, 1993 (Act 85 of 1993), hereinafter referred to as 'the Act', that the following arrangements and procedures shall apply between them to ensure compliance by the Contractor with the provisions of the Act: (i) The Contractor undertakes to acquaint the appropriate officials and employees
of the Contractor with all relevant provisions of the Act and the Regulations promulgated in terms of the Act.
(ii) The Contractor undertakes that all relevant duties, obligations and prohibitions imposed in terms of the Act and Regulations on the Contractor will be fully complied with.
(iii) The Contractor accepts sole liability for such due compliance with the relevant duties, obligations and prohibitions imposed by the Act and Regulations and expressly absolves the Employer from himself being obliged to comply with any of the aforesaid duties, obligations and prohibitions, with the exception of such duties, obligations and prohibitions expressly assigned to the Employer in terms of the Act and its associated Regulations.
(iv) The Contractor agrees that any duly authorized officials of the Employer shall be entitled, although not obliged, to take such steps as may be necessary to monitor that the Contractor has conformed to his undertakings as described in paragraphs (i) and (ii) above, which steps may include, but will not be limited to, the right to inspect any appropriate site or premises occupied by the Contractor, or any appropriate records or safety plans held by the Contractor.
(v) The Contractor shall be obliged to report forthwith to the Employer and Engineer any investigation, complaint or criminal charge which may arise as a consequence of the provisions of the Act and Regulations, pursuant to work performed in terms of this Contract, and shall, on written demand, provide full details in writing, to the Employer and Engineer, of such investigation, complaint or criminal charge.
13.4 The Contractor shall furthermore, in compliance with Constructional Regulations 2014
Page | 107
to the Act: (i) Acquaint himself with the requirements of the Employer’s health and safety
specification as laid down in regulation 4(1)(a) of the Construction Regulation 2014, and prepare a suitably and sufficiently documented health and safety plan as contemplated in regulation 5(1) of the Construction Regulation 2014 for approval by the Employer or his assigned agent. The Contractor's health and safety plan and risk assessment shall be submitted to the Employer for approval within fourteen (14) days after receiving a completed copy of the Agreement and shall be implemented and maintained from the Commencement of the Works.
(ii) The Employer, or his assigned agent, reserves the right to conduct periodic audits, as contemplated in the Construction Regulations 2014, to ensure that the Contractor is compliant in respect of his obligations. Failure by the Contractor to comply with the requirements of these Regulations shall entitle the Engineer, at the request of the Employer or his agent, to suspend all or any part of the Works, with no recourse whatsoever by the Contractor for any damages incurred as a result of such suspension, until such time that the Employer or his agents are satisfied that the issues in which the Contractor has been in default have been rectified."
Payment for the labour-intensive component of the works
11.9 Add new sub clause 11.9: "Payment for the labour-intensive component of the works Payment for works identified in the Scope of Work as being labour-intensive shall only be made in accordance with the provisions of the Contract if the works are constructed strictly in accordance with the provisions of the scope of work. Any non-payment for such works shall not relieve the Contractor in any way from his obligations either in contract or in delict."
PART 2: DATA PROVIDED BY THE CONTRACTOR
Clause 1.1.5 1.5
The Contractor is …………………………… The Contractor's address for receipt of communications is: Physical address: Postal address: …………………………… ……………………………. …………………………… ……………………………. …………………………… ……………………………. …………………………… ……………………………. Telephone: …………………………….. Fax: …………………………….. E-mail: ……………………………..
1.1.9 The time for completing the works is ……… days 10.2(d) The rate for special materials, exclusive of value-added tax (VAT) are:
……………
Page | 108
C1.3 FORM OF GUARANTEE PRO FORMA CONTRACT NO. EE 01-2017 WHEREAS Ekurhuleni Metropolitan Municipality (hereinafter referred to as "the Employer") entered into, a Contract with ____________________________________________________________________________ (hereinafter called "the Contractor") on the ____________ day of ____________________________ 20____ for the construction of _____________________________________________________________________ at ____________________________________________________________________________________ AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with security by way of a guarantee for the due and faithful fulfilment of such Contract by the Contractor; AND WHEREAS _________________________________________________________________________ has/have at the request of the Contractor, agreed to give such guarantee; NOW THEREFORE WE, ___________________________________________________________________ do hereby guarantee and bind ourselves jointly and severally as Guarantor and Co-principal Debtors to the Employer under renunciation of the benefits of division and excussion for the due and faithful performance by the Contractor of all the terms and conditions of the said Contract, subject to the following conditions: 1. The Employer shall, without reference and/or notice to us, have complete liberty of action to act in any manner
authorized and/or contemplated by the terms of the said Contract, and/or to agree to any modifications, variations, alterations, directions or extensions of the Completion Date of the Works under the said Contract, and that its rights under this guarantee shall in no way be prejudiced nor our liability hereunder be affected by reason of any steps which the Employer may take under such Contract, or of any modification, variation, alterations of the Completion Date which the Employer may make, give, concede or agree to under the said Contract.
2. This guarantee shall be limited to the payment of a sum of money 3. The Employer shall be entitled, without reference to us, to release any guarantee held by it, and to give time to or
compound or make any other arrangement with the Contractor. 4. This guarantee shall remain in full force and effect until the issue of the Certificate of Completion in terms of the
Contract, unless we are advised in writing by the Employer before the issue of the said Certificate of his intention to institute claims, and the particulars thereof, in which event this guarantee shall remain in full force and effect until all such claims have been paid or liquidated.
5. Our total liability hereunder shall not exceed the sum of ____________________________________________ (R________________________) The Guarantor reserves the right to withdraw from this guarantee by depositing the Guaranteed Sum with the beneficiary, whereupon the Guarantor's liability hereunder shall cease. We hereby choose our address for the serving of all notices for all purposes arising here from as ____________________________________________________________________________________ IN WITNESS WHEREOF this guarantee has been executed by us at on this __________________________ day of ________________________________ 20______
Page | 109
As witnesses: 1. ____________________________ Signature _____________________________________ 2. ____________________________ Signature _____________________________________ Duly authorized to sign on behalf of _______________________________________________________ Address _______________________________________________________ _______________________________________________________
Page | 110
C1.4 AGREEMENT IN TERMS OF THE OCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993) THIS AGREEMENT made at ________________________________________________________________ on this the _________________ day of ________________________________ in the year ______________ between THE EKURHULENI METROPOLITAN MUNICIPALITY (hereinafter called "the Employer") of the one part, herein represented by in his capacity as ___________________________________________________________________________ and (hereinafter called "the Mandatory") of the other part, herein represented by in his capacity as ___________________________________________________________________________ WHEREAS the Employer is desirous that certain works be constructed, viz APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. and has accepted a Bid by the Mandatory for the construction, completion and maintenance of such Works and whereas the Employer and the Mandatory have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatory with the provisions of the Occupational Health and Safety Act, 1993 (Act 85 of 1993); NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1 The Mandatory shall execute the work in accordance with the Contract Documents pertaining to this Contract. 2 This Agreement shall hold good from its Commencement Date, which shall be the date of a written notice from the
Employer or Engineer requiring him to commence the execution of the Works, to either (a) the date of the Final Approval Certificate issued in terms of Clause 52.1 of the General Conditions of Contract
(hereinafter referred to as "the GCC"), (b) the date of termination of the Contract in terms of Clauses 54, 55 or 56 of the GCC. 3 The Mandatory declares himself to be conversant with the following: (a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993),
hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act:
(i) Section 8 : General duties of employers to their employees; (ii) Section 9 : General duties of employers and self-employed persons to persons other than
employees; (iii) Section 37 : Acts or omissions by employees or mandataries, and (iv) Subsection 37(2) relating to the purpose and meaning of this Agreement. (b) The procedures and safety rules of the Employer as pertaining to the Mandatory and to all his
subcontractors. 4 In addition to the requirements of Clause 33 of the GCC and all relevant requirements of the above-mentioned
Volume 3, the Mandatory agrees to execute all the Works forming part of this Contract and to operate and utilise all machinery, plant and equipment in accordance with the Act.
Page | 111
5 The Mandatory is responsible for the compliance with the Act by all his subcontractors, whether or not selected and/or approved by the Employer.
6 The Mandatory warrants that all his and his subcontractors' workmen are covered in terms of the Compensation for Occupational Injuries and Diseases Act, 1993 which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.
7 The Mandatory undertakes to ensure that he and/or subcontractors and/or their respective employers will at all times comply with the following conditions: (a) The Mandatory shall assume the responsibility in terms of Section 16.1 of the Occupational Health and
Safety Act. The Mandatory shall not delegate any duty in terms of Section 16.2 of this Act without the prior written approval of the Employer. If the Mandatory obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.
(b) All incidents referred to in the Occupational Health and Safety Act shall be reported by the Mandatory to the Department of Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.
(c) The Employer hereby obtains an interest in the issue of any formal inquiry conducted in terms of section 32 of the Occupational Health and Safety Act into any incident involving the Mandatory and/or his employees and/or his subcontractors.
8. The contact details of the OH&S Agent for the EMM will be advised on date of award In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF THE EMM: WITNESS 1 ....................………………………. NAME 1 ...................................……………. (IN CAPITALS) SIGNED FOR AND ON BEHALF OF THE MANDATORY: WITNESS 1 ....................………………………. . NAME 1 ...................................……………. (IN CAPITALS)
Page | 112
CERTIFICATE OF AUTHORITY FOR SIGNATORY TO AGREEMENT IN TERMS OF OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993) The signatory for the company that is the Contractor in terms of the above-mentioned Contract and the Mandatory in terms of the above-mentioned Act shall confirm his or her authority thereto by attaching to this page a duly signed and dated copy of the relevant resolution of the Board of Directors. An example is given below: "By resolution of the Board of Directors passed at a meeting held on __________________________ 200……, Mr/Ms ______________________________________________________________________ whose signature appears below, has been duly authorised to sign the AGREEMENT in terms of THE OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT 85 of 1993) on behalf of SIGNED ON BEHALF OF THE COMPANY : ______________________________________________ IN HIS/HER CAPACITY AS : _________________________________________________________ DATE : ________________________________________________ SIGNATURE OF SIGNATORY : ___________________________________________________ WITNESS 1 ....................………………………. NAME 1 ...................................……………. . (IN CAPITALS)
Page | 113
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY CONTRACT NO: EE 01-2017 FOR: APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. PART C2 PRICING DATA C2.1 PRICING INSTRUCTIONS C2.2 SCHEDULE OF PRICES
Page | 114
C2.1 PRICING INSTRUCTIONS
NOTES:
IT IS THE INTENTION OF EKURHULENI METROPOLITAN MUNICIPALITY (EMM) TO AWARD THE BID TO TWO (2) DIFFERENT CONTRACTORS. SHOULD THE HIGHEST SCORING BIDDER SCORE HIGHEST ON BOTH BILLS EMM RESERVE THE RIGHT TO OFFER THE RATES OF THE OF THE HIGHEST SCORING BIDDER TO THE SECOND HIGHEST SCORING BIDDER.
SHOULD THE RATES OF THE HIGHEST SCORING BIDDER PROVE NOT TO BE ECONOMICAL (MARKET RELATED) EMM RESERVE THE RIGHT TO FURTHER AWARD TO THE SECOND HIGHEST SCORING BIDDER AT AVERAGE RATES.
1 The General Conditions of Contract, the Contract Data, the Specifications (including the Project Specifications), the Drawings, the Municipal Financial Management Act and the Supply Chain Management Regulations shall be read in conjunction with the Bill of Quantities.
2 The Bill comprises items covering the Contractor's profit and costs of general liabilities and of the construction of
Temporary and Permanent Works. Although the Bidder is at liberty to insert a rate of his own choosing for each item in the Bill, he should note the fact that the Contractor is entitled, under various circumstances, to payment for additional work carried out and that the Engineer is obliged to base his assessment of the rates to be paid for such additional work on the rates the Contractor inserted in the Bill. Clause 8 of each Standardized Specification, and the measurement and payment clause of each Particular Specification, read together with the relevant clauses of the Project Specifications, all set out which ancillary or associated activities are included in the rates for the specified operations.
3 Descriptions in the Bill of Quantities are abbreviated and may differ from those in the Standardized and Project Specifications. No consideration will be given to any claim by the Contractor submitted on such a basis. The Bill has been drawn up generally in accordance with the latest issue of Civil Engineering Quantities 1. Should any requirement of the measurement and payment clause of the appropriate Standardized or Project Specification(s) be contrary to the terms of the Bill or, when relevant, to the Civil Engineering Quantities, the requirement of the appropriate Standardized, Project, or Particular Specification as the case may be, shall prevail.
4 Unless stated to the contrary, items are measured net in accordance with the Drawings without any allowance having been made for waste.
5 The amounts and rates to be inserted in the Bill of Quantities shall be the full inclusive amounts to the Employer for the work described under the several items. Such amounts shall cover all the costs and expenses that may be required in and for the construction of the work described, and shall cover the costs of all general risks, profits, taxes (but excluding value-added tax), liabilities and obligations set forth or implied in the documents on which the Bid is based.
6 The quantities set out in the schedule of quantities are only approximate quantities. The quantities of work finally accepted and certified for payment, and not the quantities given in the schedule of quantities, will be used to determine payments to the contractor.
7 A price or rate is to be entered against each item in the Schedule of Quantities, whether the quantities are stated
or not. An item against which no price is entered shall be considered to be covered by the other prices or rates in the Schedule.
The Bidder shall also fill in a rate against the items where the words "rate only" appear in the amount column.
Although no work is foreseen under these items and no quantities are consequently given in the quantity column, the bidded rates shall apply should work under these items actually be required.
Should the Bidder group a number of items together and bid one sum for such group of items, the single bidded sum shall apply to that group of items and not to each individual item, or should he indicate against any item that
1 The standard system of measurement of civil engineering quantities published by the South African Institution of Civil Engineers.
Page | 115
full compensation for such item has been included in another item, the rate for the item included in another item shall be deemed to be nil.
The bidded rates, prices and sums shall, subject only to the provisions of the Conditions of Contract, remain valid irrespective of any change in the quantities during the execution of the Contract.
8 The quantities of work as measured and accepted and certified for payment in accordance with the Conditions of
Contract, and not the quantities stated in the Bill of Quantities, will be used to determine payments to the Contractor. The validity of the Contract shall in no way be affected by differences between the quantities in the Bill of Quantities and the quantities certified for payment.
Ordering of materials are not to be based on the Bill of Quantities, but only on information issued for construction purposes.
9 For the purposes of this Bill of Quantities, the following words shall have the meanings hereby assigned to them: Unit : The unit of measurement for each item of work as defined in the Standardized, Project or
Particular Specifications Quantity : The number of units of work for each item Rate : The payment per unit of work at which the Bidder bids to do the work Amount : The quantity of an item multiplied by the bidded rate of the (same) item Sum : An amount bidded for an item, the extent of which is described in the Bill of Quantities, the
Specifications or elsewhere, but of which the quantity of work is not measured in units 10 The units of measurement indicated in the Bill of Quantities are metric units. The following abbreviations may
appear in the Bill of Quantities:
mm = millimetre m = metre km = kilometre km-pass = kilometre-pass m² = square metre m²-pass = square metre-pass ha = hectare m³ = cubic metre m³-km = cubic metre-kilometre kW = kilowatt kN = kilonewton kg = kilogram t = ton (1 000 kg) % = per cent MN = meganewton MN-m = meganewton-metre PC Sum = Prime Cost Sum Prov Sum = Provisional Sum
6.6 Labour Intensive Construction 1 Those parts of the contract to be constructed using labour-intensive methods have been marked in the bill of
quantities with the letters LI in a separate column filled in against every item so designated. The works, or parts of the works so designated are to be constructed using labour-intensive methods only. The use of plant to provide such works, other than plant specifically provided for in the scope of work, is a variation to the contract. The items marked with the letters LI are not necessarily an exhaustive list of all the activities which must be done by hand, and this clause does not over-ride any of the requirements in the generic labour intensive specification in the Scope of Works.
2 Payment for items which are designated to be constructed labour-intensively (either in this schedule or in the
Scope of Works) will not be made unless they are constructed using labour-intensive methods. Any
Page | 116
unauthorised use of plant to carry out work which was to be done labour-intensively will not be condoned and any works so constructed will not be certified for payment.
12 PRELIMINARY, GENERAL AND SITE ESTABLISHMENT 12.1 Provision Provision is made in the Bill of Quantities for lump sums to cover the Contractor's cost to supply, erect commission, maintain and eventually demolish and remove site facilities, plant, tools and equipment, and for the Contractor to comply with any other obligations of a preliminary and general nature in terms of the contract. The sum tendered in the Bill of Quantities for any preliminary and general item shall cover the Contractor's direct and overhead costs, profit and all other costs for the provision of the item and/or compliance with the obligations, liabilities, risks and requirements associated with the item.
12.2 Payment for Fixed Cost Items The sum tendered for these items will be paid in equal instalments over the contract period, the amount remaining after every instalment being re-calculated to arrive at equal instalments per month for the contractual period remaining.
12.3 Payment for Time-related Items The sum tendered for these items will be paid in equal instalments over the contract period, the amount remaining after every instalment being re-calculated to arrive at equal instalments per month for the contractual period remaining. The total sum subject to recalculation will be adjusted according to the Adjusted Contract Period at the time when Certification of Payment is due.
12.4 Payment for Value-related Items The sum tendered for these items will be paid in equal instalments over the contract period, the amount remaining after every instalment being re-calculated to arrive at equal instalments per month for the contractual period remaining. The total sum subject to recalculation will be adjusted according to the Adjusted Contract Sum at the time when Certification of Payment is due.
13 DAY LABOUR, PLANT HIRE AND HAULAGE Tenderers must state their rates, in the relevant section of the Bill of Quantities, for day labour, plant hire and haulage. Plant hire and Day labour rates are to be shown as hourly rates for the various categories of labour set out in the Schedule. Separate rates shall be quoted for work outside normal working hours, "normal working hours" being taken as all weekdays from 07h00 to 17h00.
No work is to be carried out as a charge to day labour, plant hire or haulage without prior written authorisation of the Engineer, and claims for such activities will not be paid without such authorisation. Rates must include for the use of Contractor's small tools and equipment and must be inclusive of Contractor's overheads and profit. C2.2 BILL OF QUANTITIES CONTENTS
PAGE
CIVIL AND BUILDING WORKS
SCHEDULE 1 : GENERAL (SANS 1200 A), PU, PLI
SCHEDULE 2 : SITE CLEARANCE (SANS 1200 C)
Page | 117
SCHEDULE 3 : EARTHWORKS (SMALL WORKS) SANS 1200 DA
SCHEDULE 4 : EARTHWORKS (PIPE TRENCHES) SANS 1200 DB
SCHEDULE 5 : CONCRETE (SMALL WORKS) SANS 1200 GA
SCHEDULE 6 : STRUCTURAL STEELWORK (SANS 1200 H ,HC)
SCHEDULE 7 : STORMWATER DRAINAGE (SANS 1200 LE)
SCHEDULE 8 : BUILDING WORK (PB)
SCHEDULE 9 : FENCING (PA)
SCHEDULE 10 : MISCELLANEOUS (SANS 1200 MJ, SANS 1200 MK )
ELECTRICAL WORKS
BILL E1 : INSTALLATION OF MV SWITCH GEAR
BILL E2 : GENERAL ITEMS
BILL E3 : INSTALLATION OF EQUIPMENT
BILL E4 : HV AND MV CABLE WORK
BILL E5 : INSTALLATION OF EQUIPMENT-CONDUCTOR
BILL E6 : INSTALLATION OF EQUIPMENT-CLAMPS
BILL E7 : COMMISSIONING & TRAINING
BILL E8 : CONTROL AND PROTECTION
Page | 118
NOTE: EDENPARK SUBSTATION- BILL 1 (ONLY BIDDERS WITH CIDB OF 8EP OR 7EPPE CAN COMPLETE BILL 1)
Item No.
Refer Description of the item Unit Qty Rate
Price (R)+
Supply Install
SCHEDULE 1
1 SANS
PRELIMINARIES 1200A
1.1.1 EMM’s specific requirements
1.1.2 Contractual requirements Months 24
1.1.3 Establishment of facilities on site such as plant, sheds, water, electricity, Lighting, etc.
Item 1
1.1.4 1) Supply and install electrical supply to site camp Months 1
1.1.5 2) Supply and install a water connection to site camp
Months 1
1.1.6
Flights, Accommodations, meals and Time Based fees for (Consulting Company 1 x Engineer) + (EMM 1 x Engineer +Project Manager) to witness all Tests on 33kV GIS equipment’s, CT's, VTs, BKRs, and TRFs (per trip to each Contractors supplier) Outside South Africa
3 Trips / Person
(Provisionals)
3
1.1.7
Flights, Accommodations, meals and Time Based fees for (Consulting Company 1 x Engineer) + (EMM 1 x Engineer +Project Manager) to witness all Tests on 33kV GIS equipment’s, CT's, VTs, BKRs, and TRFs (per trip to each Contractors supplier) Within South Africa
1 Trip / Person
(Provisionals)
3
Subtotal carried over to the next page R
Page | 119
Item No. Refer Description of the item Unit Qty Rate
Price (R)+
Supply Install Subtotal carried from previous page
R
SCHEDULE 1 CONTINUE
1.1.8 For the services of an external Professional Surveyor for use by the Engineer (Provisional)
(Provisionals) 1
1.1.9 For the services of an external Professional Engineer for use by the Contractor (Provisional)
(Provisionals)
1
1.1.10 Removal of site establishment Item 1
1.1.11 Contractor’s Monthly related
items:
1.1.12 Community Liaising Officer (CLO) Months (Provisionals)
24 R 4 500.00 R 108 000.00
1.1.13 Operation & maintenance of facilities Months 24
1.1.14 Supervision-Site Months 24
1.1.15 Company & head office overhead costs
Months 24
1.1.16 Other (Specify):
1.1.17 1) Machinery purchase costs and to and from site transport Item 1
1.1.18 2) Construction Plants-Hire Months 24
1.1.19 3) Receiving taking control and administering material. Store Man
Months 24
1.1.20 4) Arrangement with EMM control, obtaining permits, arranging outages etc and to energise sub.
Item 3
1.1.21 2 x Security Personnel During Day-1Un Armed and 1 x Armed
Months 24
1.1.22 2 x Security Personnel per Night-
Both Armed Months 24
1.1.23 Contractors PPE
Twice a Year
3
Subtotal carried over to the next page R
Page | 120
Item No.
Refer Description of the item Unit Qty Rate
Price (R)
% Foreign Content
% Local Content
Supply Install
Subtotal carried from previous page
R
SCHEDULE 1 CONTINUE
1.2.1 EDN:007-
01-02
Extra cover for Face Bricks and to cover difference in tender rate and EMM clients choice
Item (Provisionals) 1
1.2.2 EDN:007-01-03
For the repairs to driveways, kerbing, paving fencing
Item (Provisionals)
1
1.2.3 EDN:007-
01-04
For the Temporary relocation of 33kV Cables at Eden Park Sub for New Subs Cables, and equipment Space (Trace and relocate)
item 1
1.2.4 EDN:007-01-06
Prime Cost Items:
1.2.5 EDN:007-
01-07
Provide temporary access to works to allow for construction and delivery of materials incl transformers to site, reinstate to original or desired condition
item 1
Maintenance of Facilities, Sanitation, Electricity, Water, Up keeping,( Mobile Along Cable Route)
Months 24
1.2.6 EDN:007-01-08
Detect and/ or locate by hand the position and route of existing 33kV cables in construction area within the Substation, determine means of protection/ relocation with engineer
item 1
Subtotal carried over to the next page R
Page | 121
Subtotal carried from previous page
R
1.2.7 EDN:007-
01-09
For Compaction testing of earthworks by a commercial laboratory
Item (Provisionals) 1
1.2.8 EDN:007-
01-10
Cost for compliance to Construction Regulations requirements as well as Cost for Compliance to Health and Safety Specification, compiling a Health and Safety Plan etc: Refer to Sections 2 & 3
Months 24
1.2.9 Accommodation for 5 full time employees Months 24
Subtotal carried to Schedule 1 of Summary R
Item No.
Refer Description of the item Unit Qty Rate
Price (R)
% Foreign Content
% Local Content
Supply Install
Page | 122
Item No Reference/
Description of the Item Unit
Qty Rate Price (R) % Foreign Content
% Local Content
Drawing No
2 SCHEDULE 2
2.1 SABS 1200C
SITE CLEARANCE
Note: All Steel, Copper and Aluminium to be set aside for controlled EMM disposal via specified scrap merchant. The scrap value to be offset against project
All building rubble and spoil to be removed and disposed at a site/pit of the contractors own choice. Transport and dumping costs for the disposal of rubble and spoil to be included in the clearance rates
2.1.1 SABS 1200C
Site Preparation
2.1.2 EDN:006
-01-02
Clear and Grub site Terrace for Entire Sub at 150mm then Cut (60m x 100m x 0.8m) terrace slope to be 1:200. If Material Suitable Cut to fill.
m³ 4800
2.1.3 EDN:006
-01-02
Import G5 Material (CBR=45% Natural Gravel) Material and compact by 150mm Layers, G5 Material to 95% Mod AASHTO to level Substation platform-final slope 1:200
m³ 4800
2.1.4 EDN:006
-01-02
Application of Herbicides and Pesticides over the complete terrace
m2 6000
2.2 EDN:006-01-02
Demolish and remove structures/ concrete foundations, cables and dismantle steelwork
2.2.1 EDN:006-01-02
Demolish 2 x 33kV Termination Structure at Eden Park Substation.
Item
2
2.2.2 EDN:006
-01-02
Scrap All Existing Concrete Palisade Fence and gates at Eden Park Substation 70m x70m
m 280
Subtotal carried to SCHEDULE 2 of Summary
R
Page | 123
Item No
Reference/ Description of the Item Unit Qty Rate Price (R) % Foreign Content
% Local Content
Drawing No
SCHEDULE 3
3 SABS 1200C
EARTH WORKS
3.1 SABS 1200C
Site Preparation
3.1.1 Conduct Geotech Studies and provide report.
item 1
3.1.2
Excavate Rocky trench to move existing 33kV cables to new trench to allow Space for Substation Platform at Eden Park Substation -New Temporary route is (100m L x 1,050m W x1m D)
m³ 105
3.2 SABS 1200D Earthworks (Excavations)
3.2.1
Build an embarkement retaining wall on the Northern Side of the Sub, for the Cut Out Slope opposite the Sub Entrance. Wall 220mm x 100m x 1m
m2 100
3.2.2
Excavate Earth Mat Trenches’ 60 x (40m x ±450mm x 1m ) Natural Trench Hard Rock , spacing of 2m, Earth mat site is 40m x40m
m³ 1080
3.3 Station Site Access Road
3.3.1
Prepare Access road for TRF Delivery 40m x 5m from Main Entrance Gate to Existing Switch room
m2 200
3.3.3
Excavate V-Drain Trench for water channelling (100m+60m+60m) 220m x 500mm x 500mm along the Substation Perimeter fence
m³ 55
3.4 Transport of Burden Specify
3.4.1 Limited Haul 6m³ R/Km 50
3.4.2 Long Haul 12m³
R/Km (Provisional
s)
50
Subtotal carried to SCHEDULE 3 of Summary R
Page | 124
Item No
Reference/
Description of the Item Unit Qty Rate Price (R) % Foreign Content
% Local Content
Drawing No
SCHEDULE 4
4 SABS
1200BD
EARTHWORKS (PIPE TRENCHES) SANS 1200 DB
4.1
Excavate in all materials for trenches, backfill, compact and dispose of surplus material
4.1.1 D-DT 0854
6.6kV Medium Voltage Cable Trench 240m x 1m x 1.2m for all 6.6kV TRF Cables- & Group Trefoil
m³ 288
4.1.2 D-DT 0854
33kV High Voltage Cable Trench 160m x 1m x 0.7m for all 33kV Incomers and TRF Cables- & Trefoil
m³ 112
4.2 D-DT 0854
Make-up deficiency in backfill material by importation from borrow pit /commercial sources designated by contractor (provisional)
4.2.1 D-DT 0854
Sift Backfill Soil Selected granular material to12mm grade for all excavated back fill soils for (160m x 600mm x 0.7m) for 33kV Cable
m³ 67.2
4.2.2 D-DT 0854
Sift Backfill Soil Selected granular material to12mm grade for all excavated back fill soils for (240m x 600mm x 1.2m) for 6.6kV Cable
m³ 172.8
Subtotal carried over to the next page R
Page | 125
Item No
Reference/ Description of the Item
Unit Qty Rate Price (R) %
Foreign Content
% Local Content Drawing No
SCHEDULE 4 CONTINUE
Subtotal carried from previous page
R
4.2.3 D-DT 0854
Import / Selected fill material with thermal resistivity of ≤ 1.2 for all bedding of (160m x150mm x 0.7m) for 33kV Cable
m³ 16.8
4.2.4 D-DT 0854
Import / Selected fill material with thermal resistivity of ≤ 1.2 for all bedding of (240m x 150mm x 1.2m) for 6.6kV Cable
m³ 43.2
4.2.5 D-DT 0854
Import / Selected fill material with thermal resistivity of ≤ 1.2 for all blanket of (160m x 250mm x 0.7m) for 33kV Cable
m³ 28
4.2.6 D-DT 0854
Import / Selected fill material with thermal resistivity of ≤ 1.2 for all blanket of (240m x 250mm x 1.2m) for 6.6kV Cable
m³ 72
4.2.7 D-DT 0854
Compaction in excavated trenches (400m x 1m wide x 600mm ) use Compaction Rammers in layers of 300mm
m³ 240
Subtotal carried to SCHEDULE 4 of Summary
R
Page | 126
Item Refer Description of the item
Unit Qty Rate Price % Foreign Content
% Local Content
No. Supply Install (R)
SCHEDULE 5
5 CONCRETE (SMALL WORKS)
5.1 Foundations
Foundations and concrete structures to be supplied complete with Formwork, reinforcing, concrete to 25Mpa specified strength using aggregates as per drawings, price inclusive of holding down bolts, frame and grouting
5.1.2 D-DT 5204 s1
6.6kV Isolator support fdn
each 2
5.1.3 D-DT 5206 s1
6.6kV NER & 50kVA Aux TRF fdn
each 4
5.1.4 D-DT 5231s1
Transformer Plinth Slipway, Catchment pit, Sump including brickwork (bund wall) suitable for 30MVA transformer complete as per Dwg D-DT-5232
each 2
5.1.5 D-DT 5271s1
33kV HV Cable termination fdn CES each 2
5.1.6 D-DT 5213s2
6.6kV MV cable end support fdn each 2
5.1.7 D-DT 5218s1
Fire wall support fdn each 3
5.1.8 D-DT 5217s1
14m Lightning/Lighting mast fdn
each 2
5.1.9 Ner Terminal Supt fdn each 2
5.1.10 Cast V-Drain Concrete (100mm x 600mm x 220m)
M3 13.2
Subtotal carried to Schedule 5 of Summary R
Page | 127
Item Refer Description of the item Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 6
6 SANS 1200H
STRUCTURAL STEELWORK
Supply and fabrication
6.1 Preparation of shop detail drawings
Item (Provisionals)
1
6.2
Supply, fabrication, delivery and erection of steelwork, complete with all the necessary cleats, brackets, gussets packs, etc. using steel to SABS 1431 Grade 300 WA for electrical equipment support
6.2.1
All steelwork to be hot dipped galvanized to SABS spec 763 - in accordance with SABS 1200HC
6.2.2 Price to include erection, bolts, nuts and rivets
6.2.3 D-DT 5213s3
33kV HV Cable termination support (CES)
each 2
100%
6.2.4 D-DT5215
33kV HV SA support Cap each 2
100%
6.2.5 D-DT 5213s3
6.6kV MV cable end support
each 2 100%
6.2.6 6.6kV MV SA support Cap
each 2 100%
6.2.7 D-DT 5218s2 Fire wall support each 3
100%
6.2.8 D-DT 5217
14m Lightning/Lighting mast support
each 2 100%
6.2.9 D-DT 5206 s1
6.6kV Aux– 2.5m ME support each 2
100%
6.2.10 D-DT 5205
ISOLATOR 6.6kV 2500A 31kA Support
each 2 100%
6.2.11 D-Dt3190
Insul, Line Post 6.6kV 10kN 31mm/kV (CES)
each 12 100%
Subtotal carried to Schedule 6 of Summary
R
Page | 128
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 7
7 Storm Water
Drainage
7.1 Yard Stoning
7.1.1
SCSASAB Supply and spread 150mm thick layer of 25mm Yard stones(40m x60m x.15m)
m³ 360
K2 Rev.0
7.2
Concrete Slipway (Transformers) Excavate in all material, supply, construct and remove burden
7.2.1
Construct 2 x (3m x 6m x 250mm thick) reinforced concrete slip way to the transformers. Reinforcing to be mesh ref. 245 top and bottom. Connect reinforcement to earth grid as per D-DT-5240s10
m 30
7.3
300mm Concrete Pipes
Excavate in all material, supply and construct and remove burden:
7.3.1 D-DT
5233s2 Dia 300mm pipes to oil holding dam
m 38
7.4
D-DT 5233s2
Oil Holding Dam
Excavate in all material, supply and construct and remove burden:
Subtotal carried to next page R
Page | 129
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 7 CONTINUE
Subtotal carried from previous page
R
7.4.1
An oil holding dam complete with lid, Build 1 x (3.9m x2m x3.9m) Oil Holding dam, Built Soak Pit, and Install 300mm Concrete pipes
item 1
7.4.2 D-DT
5233s2 An oil trap/filter in series with the oil dam
item 1
7.5 Run-way
Excavate in all material, supply and construct and remove burden:
7.5.1
5m x250mm thick x 54m long reinforced concrete runway as detailed on drawing (excludes transformer slip ways) Reinforce concrete at cable trench crossings. Connect reinforcement to earth grid
m 54
7.6
0.54/390S1 Manholes
Excavate in all material, supply and construct
Subtotal carried over to the next page R
Page | 130
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 7 CONTINUE
Subtotal carried from previous page
R
7.6.1
Link the V-Water Drain Channel to Existing Municipal Water Darin Outside Sub, +-20m away
ea 1
7.6.2
Manholes (Inside and outside bund wall) Build 2 x 1mx1m main holes,
ea 2
7.6.3 Excavate & Install
Soak Pit Hard Rock ea 1
7.7
Supply Oil Holding Dam Pump , Cables, Switching Control Valves and install Diam 50mm PVC pipes for control cables from transformers and oil pump to cable trenches outside the bund wall
each 1
7.8
Apply herbicides and insecticides Assistance of applying herbicides and insecticides can be obtained from EMM, Environmental Science,( Entire Substation Perimeter)
M² 6000
Subtotal carried to Schedule 7 of Summary
R
Page | 131
Item No.
Refer Description of the item Unit Qty Rate
Price (R) % Foreign Content
% Local Content
Supply Install
SCHEDULE 8
8 BUILDING WORK
8.1 Control Room
Build a 7.2m W x33m L NATIONAL STD. With toilet and store room (CONCRETE FLAT ROOF) COMBO CONTROL BUILDING TYPE 10Roof shall be a normal Flat concrete roof. (The contractor shall allow for the supply and installation of an outdoor type water proof switch for the yard lighting which will be positioned next to the one 5m gate at the entrance to the control room. This will be wired to a contactor in the yard box via a 4mm-4core cable.)
m2 238
8.1.2
Supply and install 18000BTU Aircons, complete with all accessories including plumbing’s.
each 4
8.1.3 Supply and attach fibber glass cable trays in the control room top entry.
m 24
8.1.4 Supply and attach substation name board
each 1
8.1.5 D-DT 6074
Supply and attach signs to fence and all gates
Item 1
8.1.6 D-DT 6073
Supply and attach procedure in case of fire/first aid to control room
each 1
Subtotal carried to Schedule 8 of Summary
R
Page | 132
Item
Refer Description of the item Unit Qty
Rate
Price (R)
% Foreign Content
% Local Content
No. Supply Install
SCHEDULE 9
9 FENCING
9.1
D-DT 5237 , S5A
Supply and Install a new 2.4m x 40mm x 40mm Mesh Fence Substation Boundary fence.
m 165
9.2
D-DT 5237 s1–s4
Supply and install 6m Steel Double Leaf Swing Gate Substation gate
each 2
9.3 Supply and install 1m Substation Control gate
each 1
9.4
Supply and Install a new 2.8m of Clear View Perimeter Fence or Similar complete with posts and supports.
m 400
9.5 D-DT 5237
Supply and Install Substation 6m x 2.8m high Perimeter roller Gate, complete with motors and sensors and cabling.
each 1
9.6
Make Provisional Sum for(Supply and Install Security Cameras, Infra-Red Sensors-Beams, Tear Gas and Security Alarms) within the Switch Room and Within Substation Yard, within the perimeter fence and interlink with Security Company used by EMM
each 1
Subtotal carried to Schedule 9 of Summary
R
Page | 133
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 10
10 MISCELLANEOUS
10.1 Complete earth grid Supply, Transport to site and Install as per earth grid drawing including all excavations, backfilling and compaction
10.1.1 0007-01-05
Supply and Install 10 mm round copper main earth grid
m 1184
10.1.2 0007-01-05
10 mm round copper for earth tails connected from reinforcement of trfr plinths, slipways and runway to main earth grid
m 30
10.1.3 0007-01-05
50 mm x 3 mm flat copper for earth tails for building earthing of panels. This earthing should run on cable rack.
m 40
10.1.4 0007-01-05
50 mm x 3 mm flat copper for earth tails connected to the main earth grid from equipment foundations, transformer kerbing reinforcement and fence (to the fence and fence corner gate post CGP)
m 400
Subtotal carried over to the next page R
Page | 134
10.1.5 0007-01-05
Run 50 mm x 3 mm flat copper for battery room
m
10.1.6 0007-01-05
80 x 6 mm x 1.2 m long galvanised steel strap bolted to transformer tank and connected to transformer holding down bolts for earthing of transformers.
m 8
10.1.7 0007-01-05
Joints/Bonding
10.1.8 0007-01-05
Bond all foundation copper to main earth grid of the substation as per earthing standard and foundation drawings.
10.1.9 D-DT 5240 Sh1&
2
Main earth grid brazing; 10 mm round to 10 mm round
Each 100
10.1.10 D-DT 5240 Sh1&
3
Main earth grid brazing to earth tails (all foundations, control room, fence, etc.) ; 10 mm round to 50 mm x 3 mm flat
Each 200
Subtotal carried over to the next page R
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 10 CONTINUE
Subtotal carried from previous page
R
10 MISCELLANEOUS
Page | 135
Subtotal carried from previous page
R
10.1.11 D-DT 5240 Sh1&
4
Main earth grid brazing to earth tails (reinforcing of trfr plinths, slipways and runway,
Each 60
10.1.12 D-DT 5240 Sh1&
5
50 mm x 3 mm flat copper bolted to corner gate ,posts and intermediate posts and fence
Each 40
10.1.13 D-DT 5240 Sh1&
6
80 x 6 mm x 1.2 m long galvanised steel strap bolted to transformer tank and connected to transformer holding down bolts for earthing of transformers. (2 connections per strap)
Each 8
10.1.14 D-DT 5240 Sh1&
7
It is the responsibility of the substation Contractor to test the earth-grid resistance on completion of the project. Tests to be done by an approved person. The results shall be compared to the design results, as submitted by the EMM Project Eng.
Item (Provisionals) 1
Subtotal Carried to SCHEDULE 10 of Summary R
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 10 CONTINUE
Page | 136
Item Refer Description of the
item Unit Qty Rate Price (R) %
Foreign Content
% Local Content
No. Supply Install
BILL E1
E1 INSTALLATION OF MV SWITCH GEAR
E1.1 Complete 6.6kV MV Switch Gear Supply, Transport to site and Install as per MV Switch Gear Ordering Schedule.
E1.1.1 0007-01-02
6.6kV 2500A, Incomers BKRs 31.5kA Metal Clad Switch Gear-(11kV Rated)
Each 2
E1.1.2 0007-01-02
6.6kV 2500A, Bus section BKRs, 31.5kA Metal Clad Switch Gear-(11kV Rated)
Each 1
E1.1.3 0007-01-02 6.6kV B/B VTs,
Metal Clad Switch Gear-(11kV Rated)
Each 2
E1.1.4 0007-01-02
6.6kV Auxiliary Supply 50kVA Dry Type Plinth Mount
Each 2
E1.1.5 0007-01-02
6.6kV 800A, FDR BKRs, 31.5kA Metal Clad Switch Gear-(11kV Rated)
Each 18
Subtotal carried over to the next page R
Page | 137
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
BILL E1
Subtotal carried from previous page
R
E1.1.6 0007-01-02
33kV GIS FDR 1 & FDR 2 -Incomers, 2500A, Complete, With (Isolators, CT, VT, BKR, Earth Switch, Single B/B 2500A, Protection Controls and Relays. Install & Commission
Each 2
E1.1.7 0007-01-02
33kV GIS TRF1 & TRF2 -Feeders, 2500A, Complete, With (Isolators, CT, BKR, Earth Switch, Single B/B 2500A, Protection Controls and Relays. Install & Commission
Each 2
E1.1.8 0007-01-02
33kV GIS Bus Section 2500A, Complete, With (Isolators, CT, BKR, VT's, Earth Switch, Single B/B 2500A, Protection Controls and Relays. Install & Commission
Each 1
Sub Total Carried to Item BILL E1 of Summary R
Page | 138
Item No.
Refer Description of the item Unit Qty Rate Price (R)
% Foreign Content
% Local Content
Supply Install
BILL E2
E2 SANS
GENERAL ITEMS
1200A
E2.1 Signs and Notices
E2.1.1 Allow for all the signs as per the Detail Technical Specification
E2.1.2 Signs and notices on Buildings
item 3
E2.1.3 Signs and Notice on Perimeter Fences and Substation Entrances
item 3
E2.1.4 Combined Emergency Notices item 1
E2.1.5 Perimeter Fence item 10
E2.1.6 First Aid kit to NOSA requirements item 2
E2.1.7 Fire Extinguishers
E2.1.8
Supply and Install fire Extinguishers in positions directed by engineer / fire chief
item 2
E2.1.9 Lightning/Lighting Masts/ Area Lighting
E2.1.10
Lightning Masts complete with fittings and electrical control compartment and 4 x 400W per /14m Mast/ (HPS or LED)
each 2
100%
E2.1.11
Supply Cabling, Conduits and Wire Control Room and Switch Room and Provide Earth leakages.
item 1
100%
Subtotal carried over to the next page R
Page | 139
Item No. Refer Description of the item Unit Qty
Rate Price (R) %
Foreign Content
% Local Content
Supply Install
Subtotal carried from previous page
R
E2.1.12
6mm^2 x 4 core cable inclusive of terminations for the general area and substation lighting
m 90
90%
E2.2 Lightning Protection of Switchyard
E2.2.1
Provisional amount for the specialist evaluation of the LPS in terms of SANS 10313 and necessary modifications to proposed LPS
item 2
E2.3 Lightning Protection of Building
E2.3.1
Co-ordinate and provide Lightning protection system for buildings including equipotential bonding and electronic earthing requirements (cross bond to earthmat) inclusive of certification by specialist.
item 1
Subtotal carried to Item BILL E2 of Summary R
Page | 140
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
BILL E3
E3 INSTALLATION OF EQUIPMENT
E3.1
New Equipment:
Price shall include all sundries, tools, mounting accessories for the correct operation of the equipment price shall further include for fixing and alignment, on and off-site testing as per specification and equipment manufacturers requirements for a complete installation. Price shall include for all transport, off-loading, rigging insurance, etc. Steelworks, excavations and foundations measured under civil works:
E3.1.2 D-DT 6214
33kV S/ARR (Trfr mounted) set
each 2
E3.1.3 D-DT 6217
6.6kV S/ARR (Trfr mounted) set
each 2
E3.1.4
33/6.6kV 20MVA OLTC Transformer DYN11 Open Bushings
each 2
70%
E3.1.5 Supply Install 6.6kV NER each 2
70%
E3.1.6 D-DT 6234
6.6kV Post Insulators Cable End Support
each 12
Subtotal carried to Item BILL E3 of Summary R
Page | 141
Item Refer Description of the
item Unit Qty
Rate Price (R)
% Foreign Content
% Local Content
No. Supply Install
BILL E4
E4 HV and MV Cable Work
E4.1
New Equipment:
Transport to site from Contractor’s stores and install the following equipment supplied by Contractor:
E4.1.1 Incomers
E4.1.2
Provide route layout design drawing by specialist indicating joint box locations cross bonding requirements etc
Item (Provisionals)
1
E4.1.3
Joint 33kV cable 800mm XLPE 1C Aluminium, from Albers Dale Sub with 630mm² XLPE Cu single Core Transitional Joint for GIS terminations Inside Eden Park Sub.
each 6
E4.1.4
Supply and Lay 630mm² XLPE Cu single Core 33kV cable
m 1260
90%
E4.1.5
Make off 630mm² 1c Cu XLPE 33kV cable O/D termination
each 6
Subtotal carried over to the next page R
Page | 142
Item Refer Description of the
item Unit Qty
Rate Price (R) % Foreign Content
% Local Content
No Supply Install Subtotal carried from previous page
R
E4.1.6
Make off 630mm² 1c Cu XLPE 33kV cable I/D termination
each 18
E4.1.7
Earth cable armouring (braded tail) onto HV GIS Panels and onto CES structures
each 18
E4.1.8 Clamps Cable
E4.1.9 Support 33kV cables with Polyprop clamp
each 24
E4.1.10 6.6kV Cable Work
E4.1.11
Provisional Amount for the jointing relocation and protection of 6.6kV cables during construction
item 1
Subtotal carried over to the next page R
Page | 143
Item
Refer Description of the item
Unit Qty
Rate
Price (R)
% Foreign Content
% Local Content
No. Supply Install
Subtotal carried from previous page
R
E4.2.1 Supply and lay 6.6kV , 630mm2 XLPE single core Cu cable
m 1260 90%
E4.2.2
Supply and Install 6.6kV, 630mm2 XLPE single core Outdoor (TRF) terminations
each 18
90%
E4.2.3
Supply and Install 6.6kV, 630mm2 XLPE single core Indoor (TRF & 6.6kV B/B Cables) terminations
each 18
E4.2.4
New connections 95mm2 XLPE single core Outdoor terminations between transformers and NER's
each 4
E4.2.5 Support 6.6kV cables with Polyprop clamp
each 36
E4.2.6
Earth cable armouring (braded tail) onto MV switchgear Cu earth bar
each 18
E4.2.7
Rerouting of Existing Feeders to new positions on 6.6kV switchboards
E4.2.8 Supply and lay 6.6kV , 95mm2 XLPE three core Cu cable
m 200 90%
E4.2.9 Supply and lay 6.6kV , 240mm2 XLPE three core Cu cable
m 600 90%
E4.2.10
Earth cable armouring (braded tail) onto MV switchgear Cu earth bar
each 20
E4.2.11 Supply a 95mm2 cable gland
each 10
Page | 144
Subtotal carried over to the next page R
Item Refer Description of the
item Unit Qty
Rate Price (R)
% Foreign Content
% Local Content
No. Supply Install
Subtotal carried from previous page
R
E4.3.1
Joint Cable Include for the removal of old termination
E4.3.2 Supply joints for 6.6kV , 95mm2 XLPE three core Cu cable
each 5
E4.3.3 Supply joints for 6.6kV , 240mm2 XLPE three core Cu cable
each 10
E4.3.4 Terminate Cable
E4.3.5 Supply Termination for 6.6kV , 95mm2 XLPE three core Cu cable
each 5
E4.3.6 Supply Termination for 6.6kV , 240mm2 XLPE three core Cu cable
each 10
E4.3.7 Pressure Test all Cables
item 1
Subtotal carried to Item BILL E4 of Summary R
Page | 145
Item Refer Description of the item Unit Qty
Rate Price (R)
% Foreign Content
% Local Content
No. Supply Install
BILL E5
E5 INSTALLATION OF EQUIPMENT-CONDUCTOR
E5.1 Stringing and Conductor
E5.1.1 D-DT 3136
Stringers and droppers – Non Insulated Centipede
m 156
E5.1.2 Stringers and droppers – Insulated Bull
m 150
E5.1.3 D-DT 3136
Stringers and droppers – Hornet Insulated
m 9
E5.2 D-DT 6081
Joint Ball Portable Earth
E5.2.1 Supply and install earth ball joints each 9
E5.3 Switching grid
E5.3.1 D-DT-3059
Supply and install switching grids
each 1
E5.4 Equipment Labelling
E5.4.1 D-DT-5048s3 Equipment Labelling each 11
SUBTOTAL CARRIED TO BILL E5 OF SUMMARY R
Page | 146
Page | 147
Item
Refer Description of the item
Unit QTY Supply Install Price (R)
% Foreign Content
% Local Content
BILL E6
E6 INSTALLATION OF EQUIPMENT -CLAMPS
E6.1 Clamp Assemblies
E6.1.2 D-DT 6039
Clamp F/Bus SuppType TBFS120-127
ea 12
E6.1.3 D-
DT6040s1 End Cap TBEC 120 No F / Clamp ea 24
E6.1.4 D-DT6013 Clamp , B/Comp
38.3mm-38mm YC4
ea 12
E6.1.5 D-
DT6006s3 Clamp B/ Comp 26mm-38mm 0Dg KC3
ea 6
E6.1.6 D-
DT6006s4 Clamp B/Comp 26mm-38mm 45DG-KC4
ea 6
E6.1.7 D-DT6090 Clamp S/Comp
TBCT-120/27/C1 0Dg
ea 6
E6.1.8 D-DT6090 Clamp T/Comp
TBCT-120/38/C2 0Dg
ea 6
E6.1.9 D-DT6117 Clamp Tub
Bus/Palm T/Off TBPT120
ea 42
E6.1.10 D-DT6086 Clamp F/Bus
Coupler TBSC120-127
ea 12
E6.1.11 D-DT6002 Clamp Cross
26.5mm-38mm K2 ea 10
E6.1.12 D-DT6006
s1 Clamp B/ Comp 26mm-38mm 0Dg KC1
ea 6
E6.1.13 D-
DT6002s3 Clamp Cross16.3mm-38mm K3
ea 6
E6.1.14 D-DT3074
s1 Lug all Hornet 1B M12 ea 6
E6.1.15
Lug 95mm sq ea 2
Subtotal carried to BILL E6 of Summary R
Page | 148
Item Refer Description of the
item Unit Qty Rate Price (R) %
Foreign Content
% Local Content
No. Supply Install
E7 BILL E7
E7.1 COMMISSIONING
AND TRAINING
E7.1.1 General item 1
E7.1.2 Functional Testing
E7.1.3 All Equipment’s item 1
E7.1.4 SUBSTATION SCADA
E7.1.5 Substation SCADA -
FAT item 1
E7.1.6 Substation SCADA -
SAT item 1
E7.1.7 MASTER STATION
SCADA
E7.1.8 Master Station SCADA
- SAT item 1
E7.1.9 RADIO NETWORK
E7.1.10 Complete end to end test
item 1
E7.1.11 TRAINING
E7.1.12 SCADA
E7.1.13 Operator Level (5
operators) 3 days item 1
E7.1.14 Engineer Level (3
engineers / technicians ) 5 days
item 1
E7.1.15 EQUIPMENT
E7.1.16 Operator Level (5
operators) 3 days item 1
E7.1.17 Engineer Level (3
engineers / technicians ) 5 days
item 1
E7.1.18 Management Level -
1/2 day overview item 1
Subtotal carried to BILL E7 of Summary R
SUBSTATION CONTROL PLANT
Page | 149
Item Refer Description of the item Unit Qty Rate Price (R) No. Supply Install %
Foreign Content
% Local Content
BILL E8
E8 System Secondary Plant Schedule
E8.1 Transport: Lot 1 Transport to site from Contractor’s stores and Install the following equipment supplied by Contractor:
E8.2 Design Drawings Modification: Lot 1 Modify the design drawings to suit the equipment used. (Relays, Switches, Meters, etc)
E8.3 INSTALLATION OF EQUIPMENT Unit Qty Rate Total
E8.3.1
Secondary Plant Design Document
Install new 33/6.6kV Transformer and OLTC schemes one per swing frame panel. To include settings & As Built drawings.
EA 2
E8.3.2
Secondary Plant Design Document
Install new AC/DC Distribution panel. To include settings & As Built drawings.
EA 1
E8.3.3
Secondary Plant Design Document
Install new Yard Distribution panel. To include settings & As Built drawings.
EA 1
E8.3.4
Secondary Plant Design Document
Install new 110v Charger 20A. To include settings & As Built drawings.
EA 1
E8.3.5
Secondary Plant Design Document
Install new 110v Batteries 103Ah. To include As Built drawings.
EA 1
E8.3.6
Secondary Plant Design Document
Install 33kV Feeder Differential scheme. To include settings & As Built drawings.
EA 2
E8.3.7
Secondary Plant Design Document
Install 33kV Directional O/C & E/F Feeder scheme. To include settings & As Built drawings.
EA 0
E8.3.8
Secondary Plant Design Document
Install 33kV Capacitor Bank Protection scheme. To include settings & As Built drawings.
EA 0
E8.3.9
Secondary Plant Design Document
Install Telecomms panel. To include settings & As Built drawings.
EA 1
E8.3.10
Secondary Plant Design Document
Install 6.6kV Feeder schemes in nine swing frame panels. To include settings & As Built drawings.
EA 18
E8.3.11
Secondary Plant Design Document
Install new 33kV Bus zone scheme in swing frame panel. To include settings & As Built drawings.
EA 1
Subtotal carried over to the next page R
Page | 150
Item Refer Description of the item Unit Qty Rate
Price (R) %
Foreign Content
% Local Conte
nt Supply Install
Subtotal carried from previous page
R
E8.5 TERMINATION OF ENDS
E8.5.1 4 Core 16MM2 No 6
E8.5.2 4 Core 4MM2 No 208
E8.5.3 4 Core 2.5MM2 No 2
E8.5.4 12 Core 2.5MM2 No 76
E8.5.5 19 Core 2.5MM2 No 32
E8.5.6 4 Pair Belden Cable (Armoured RS 485) No 40
E8.5.7 RJ45 No 2 E8.6 IDF CABLE INSTALLATION E8.6.1 10 Pair Armoured cable M 610
E8.7 IDF CABLING TERMINATION OF ENDS
E8.7.1 10 Pair Armoured cable No 66
E8.8 DISMANTLING OLD EQUIPMENT (Labour Only)
E8.8.1 Protection Panels EA 10 E8.8.2 Metering Panels EA 2 E8.8.3 DRTUS EA 1 E8.8.4 Battery and Chargers EA 1 E8.8.5 IDF EA 2
E8.9 RECOVERING OF OLD CABLE
E8.9.1 4 Core 16MM2 M 1
E8.9.2 4 Core 4MM2 M 360
E8.9.3 4 Core 2.5MM2 M 1
E8.9.4 12 Core 2.5MM2 M 120
E8.9.5 19 Core 2.5MM2 M 60 E8.9.6 10 Pair Armoured cable M 60 E8.9.7 25 Pair Armoured cable M 1 E8.9.8 50 Pair Armoured cable M 1 Subtotal carried over to the next page
R
Page | 151
Item Refer Description of the item Unit Qty Rate
Price (R) %
Foreign Content
% Local Content Supply Install
Subtotal carried from previous page
R
E8.10 CHECKER PLATES
E8.10.1 Installation of cut checked plates where required M2 1
E8.10.2 Supply checker plate sheet 6mm M2 1
E8.10.3 Supply checker plate sheet 5mm M2 1
E8.11 OVERHEAD CABLE RACKING/TRAYS
E8.11.1
Installation of Wire Mesh 50 x 50mm galvanised heavy duty overhead cable racks/Trays M 40
E8.12 TRENCHING AND BACKFILL
E8.12.1 600x500MM Deep Class A Hand Picked M3 1
E8.12.2 600x500MM Deep Class B Jack Hammered M3 1
E8.13 SUNDRY ITEMS TO CONTRACT E8.13.1 IDF Wall Frame EA 2 E8.13.2 33 way krone back mounts EA 30 E8.13.3 10 way krone disconnect blocks EA 30 E8.13.4 Fixed label holders 10 way EA 30 E8.13.5 Slotted trunking EA 2 E8.13.6 Earth wire 16mm with lugs Lot 1 E8.13.7 Klippon terminals Lot 1
E8.13.8 16mm chemical bolts Install & Commissioned Lot 1
E8.13.9 Megamite 50mm Lot 1 E8.13.11 Instate concrete screed to trenches M 140
E8.13.12 Breaking & removing of concrete screed to trenches M 10
E8.13.13 80 way backmount frame EA 1
E8.13.14 Chemical Bolts (M20x400mm) EA 1
E8.13.15 Chemical Cement 360ml 1
E8.13.16 Armour Glands No. 0 Lot 1 E8.13.17 Armour Glands No. 1 Lot 1 E8.13.18 Armour Glands No. 2 Lot 1 E8.13.19 Armour Glands No. 3 Lot 1 Subtotal carried over to the next page
R
Page | 152
Item Refer Description of the item Unit Qty Rate
Price (R) %
Foreign Content
% Local Conte
nt Supply Install
Subtotal carried from previous page
R
E8.16 COMMISSIONING
E8.17.1
33/6.6kV Transformer and OLTC schemes one per swing frame panel
EA 3
E8.17.2 AC/DC Distribution panel. EA 1
E8.17.3 Yard Distribution panel. EA 1
E8.17.4 110v Charger 30A EA 1
E8.17.5 110v Batteries 103Ah EA 1
E8.17.6 33kV Feeder Differential scheme EA 4
E8.17.7 33kV Directional O/C & E/F Feeder scheme EA 1
E8.17.8 33kV Capacitor Bank Protection scheme
EA 1
E8.17.9 Telecomms panel EA 1
E8.17.10 6.6kV Feeder schemes in fifteen swing frame panels
EA 18
E8.17.11 33kV Bus zone scheme in swing frame panel.
EA 1
E8.17.12 33kV Bus Section schemes in swing frame panels.
EA 1
E8.17.13 33kV Bus Coupler scheme in swing frame panel.
EA 1
E8.17.14 6.6kV Bus protection scheme in swing frame panel.
EA 1
E8.17.15
33kV Smart Stats Meters in corresponding protection swing frame panels.
EA 4
E8.17.16
6.6kV Stats Meters in corresponding swing frame panels.
EA 18
E8.17.17 IDF. EA 2 E8.17.18 RTU/Gateway EA 1
E8.17.19 6.6kV Bus section scheme in swing frame panel
EA 1
Subtotal carried to BILL E8 of Summary R
Page | 153
Summary of Totals for Bill 1
SCHEDULES Category Costs
1 GENERAL (SANS 1200 A), PU, PLI R
2 SITE CLEARANCE (SANS 1200 C) R
3 EARTHWORKS (SMALL WORKS) SANS 1200 DA R
4 EARTHWORKS (PIPE TRENCHES) SANS 1200 DB R
5 CONCRETE (SMALL WORKS) SANS 1200 GA R
6 STRUCTURAL STEELWORK (SANS 1200 H ,HC) R
7 STORMWATER DRAINAGE (SANS 1200 LE) R
8 BUILDING WORK (PB) R
9 FENCING (PA)
10 MISCELLANEOUS (SANS 1200 MJ, SANS 1200 MK ) R
SUB-TOTAL A R
BILL E1 INSTALLATION OF MV SWITCH GEAR R BILL E2
GENERAL ITEMS R BILL E3
INSTALLATION OF EQUIPMENT R BILL E4
HV AND MV CABLE WORK R BILL E5
INSTALLATION OF EQUIPMENT-CONDUCTOR R BILL E6
INSTALLATION OF EQUIPMENT-CLAMPS R
BILL E7 COMMISSIONING & TRAINING R
BILL E8 CONTROL AND PROTECTION R
SUB-TOTAL B R
A SUB-TOTAL ( A+B) R
CONTIGENCES (10%) R
B VAT 14% R
C TOTAL PROJECT COST R
Page | 154
NOTE: TENDER-ALBERTS DALE 2 X 33KV FDRS SUB AND 33KV CABLE- BILL 2 (ONLY BIDDERS WITH CIDB OF 7EP OR 6EPPE OR ABOVE CAN COMPLETE BILL 2 C2.3 BILL OF QUANTITIES CONTENTS
PAGE
CIVIL AND BUILDING WORKS
SCHEDULE 1 : GENERAL (SANS 1200 A), PU, PLI
SCHEDULE 2 : SITE CLEARANCE (SANS 1200 C)
SCHEDULE 3 : EARTHWORKS (SMALL WORKS) SANS 1200 DA
SCHEDULE 4 : EARTHWORKS (PIPE TRENCHES) SANS 1200 DB
SCHEDULE 6 : STRUCTURAL STEELWORK (SANS 1200 H ,HC)
SCHEDULE 7 : TRENCH COVERS
SCHEDULE 8 : STORM WATER DRAINAGE
SCHEDULE 9 : MISCELLANEOUS (SANS 1200 MJ, SANS 1200 MK )
ELECTRICAL WORKS
BILL E1 : GENERAL ITEMS
BILL E2 : INSTALLATION OF EQUIPMENT
BILL E3 : HV AND MV CABLE WORK
BILL E4 : INSTALLATION OF EQUIPMENT-CONDUCTOR
BILL E5 : INSTALLATION OF EQUIPMENT-CLAMPS
BILL E6 : COMMISSIONING & TRAINING
BILL E7 : CONTROL AND PROTECTION
Page | 155
Item
No
.
Refer Description of the item Unit Qty
Rate Price (R)
% Foreign Content
% Local Content
SCHEDULE 1
1
SANS
GENERAL (SANS 1200 A), PU,
PLI
1200A
1.1 EMM’s specific requirements
1.1.1 Contractual requirements Months 12
1.1.2 Establishment of facilities on site such as plant, sheds, water, electricity, Lighting, etc.
Item 1
1.1.3 1) Supply and install electrical supply to site camp Months 1
1.1.4 2) Supply and install a water connection to site camp
Months 1
1.1.5
Flights, Accommodations, meals and Time Based fees for (Consulting Company 1 x Engineer) + (EMM 1 x Engineer +Project Manager) to witness all Tests on 33kV Cable (per trip to each Contractors supplier) Outside South Africa
3 Trips / Person
(Provisionals)
3
1.1.6
Flights, accommodations, meals and Time Based fees for (Consulting Company 1 x Engineer) + (EMM 1 x Engineer +Project Manager) to witness all Tests on 33kV Cable (per trip to each Contractors supplier) Within South Africa
1 Trip / Person
(Provisionals)
3
1.1.7 For the services of an external Professional Surveyor for use by the Engineer (Provisionals)
(Provisionals) 1
1.1.8 For the services of an external Professional Engineer for use by the Contractor (Provisionals)
(Provisionals)
1
1.1.9 Removal of site establishment Item 1
Page | 156
Subtotal Carried Forward to next Page R
Item No
. Refer Description of the item Unit Qty
Rate Price (R)
% Foreign Content
% Local Content
SCHEDULE 1 - CONT
` Subtotal Brought Forward from previous Page R
1.1.10 Contractor’s Monthly related items:
1.1.11 Community Liaising Officer (CLO)
Months (Provisiona
ls) 12
1.1.12 Operation & maintenance of facilities-(Site Camp) Months 12
1.1.13 Supervision-Site Months 12
1.1.14 Company & head office overhead costs
Months 12
1.1.15 Other (Specify):
1.1.16 1) Machinery purchase costs and to and from site transport
Item 1
1.1.17 2) Construction Plants-Hire Months 12
1.1.18 3) Receiving taking control and administering material. Store Man
Months 12
1.1.19
4) Arrangement with EMM control, obtaining permits, arranging outages etc and to energise sub.
Item (Provisiona
ls) 2
1.1.20 2 x Security Personnel During Day-Armed
Months 12
1.1.21 4 x Security Personnel per Night-Armed
Months 12
1.1.22 1 x Patrol Vehicle During
Day with Diesel and Driver for 4200m Patrol.
Days 360
1.1.23
2 x High Risk Patrol Vehicle During Night with
Diesel and Driver for 4200m Patrol.
Days 360
1.1.24
Contractors PPE-Change After 6 Months
Item 2
Subtotal Carried Forward to Next Page
R
Page | 157
Item No.
Refer
SCHEDULE 1: CONT
Unit Qty Rate
Price (R)
% Foreign Content
% Local Content
Subtotal Brought Forward from previous Page
R
1.2.1 EDN:007-01-
03
For the repairs to driveways, kerbing, paving fencing and surface on 33kV cable route -During Jointing, from Alberts Dale Sub to Eden Park Sub 7 x road cross, 1 x Rail Cross and 2 x Double lane Free Way Cross
item (Provisionals)
1
1.2.2 EDN:007-01-
06 Prime Cost Items:
1.2.3 EDN:007-01-
07
Provide temporary access to works to allow for construction and delivery of materials incl transformers to site, reinstate to original or desired condition
item 1
1.2.4
Maintenance of Facilities, Sanitation, Electricity, Water, Up keeping, (Mobile Along Cable Route)
Months
12
1.2.5 EDN:007-01-
08
Detect and/ or locate by hand the position and route of 33kV cables in construction area, determine means of protection/ relocation with engineer for entire 4200m.
item 1
1.2.6 EDN:007-01-
09
For Compaction testing of earthworks by a commercial laboratory
Item (Provisionals)
1
1.2.7 EDN:007-01-
10
Cost for compliance to Construction Regulations requirements as well as Cost for Compliance to Health and Safety Specification, compiling a Health and Safety Plan etc: Refer to Sections 2 & 3
Months
12
1.2.8 Accommodation for 5 full time employees
Months 12
Subtotal carried to SCHEDULE 1 of Summary R
Page | 158
Item No
Reference/ Description of the Item Unit Qty Rate Price (R) % Foreign Content
% Local Content
Drawing No
SCHEDULE 3
3 SABS 1200C
EARTHWORKS (SMALL WORKS) SANS 1200 DA
3.1 SABS 1200C
Site Preparation
3.1.1
Conduct Earth Mat Electrode Existence Tests, ( Expose & measure Electrode Rod Radius resistance and Continuity to Existing Structures) for all new Proposed Installations
item 1
3.2 SABS 1200D
Earthworks (Excavations)
Excavate Earth Mat Trenches’ 5 x (12m x ±450mm x 1m ) Natural Cable Trench Hard Rock , spacing of 2m, Earth mat site is 40m x40m
m³ 27
Dispose left over soils after compaction (Estimated Quantities’) 4200m x 1050mm x 0.15m
m³ 661.5
3.3.1 Transport of Burden Specify
3.3.2 Limited Haul 6m³ R/km 200
Subtotal carried to SCHEDULE 3 of Summary R
Page | 159
Item No
Reference/ Description of the Item Unit Qty Rate Price (R) % Foreign Content
% Local Content
Drawing No
SCHEDULE 4
4 SABS
1200BD
EARTHWORKS (PIPE TRENCHES) SANS 1200 DB
4.1
Excavate in all materials for trenches, backfill, compact and dispose of surplus material
4.1.1 D-DT 0854
33kV High Voltage Cable Trench 4200m x 1m x 1.050m for 2 x 33kV FDRS from Alberts Dale Sub, Feeding the New Eden Park Sub. Cables to be laid on Trefoil Layout Condition.
m³ 4410
4.1.2 D-DT 0854 Bullet 7 x 6m road crossings m 42
4.1.3 D-DT 5245
Directional Drilling for 2 x Double Lane Free Way + Single Carriage Rail Way, 12 Sleeves x 90m + 3 Spares, Install sleeves of 160mm (Hard Rock Drilling)
m 1350
4.2 D-DT 0854
Make-up deficiency in backfill material by importation from borrow pit /commercial sources designated by contractor (provisional)
4.2.1 D-DT 0854
Sift Backfill Soil Selected granular material to12mm grade for all excavated back fill soils for (4200m x 600mm x 1.050m)
m³ 2646
4.2.2 D-DT 0854
Import / Selected fill material with thermal resistivity of ≤ 1.2 for all bedding of (150mm x 4200m x 1050mm)
m³ 661.5
Page | 160
4.2.3 D-DT 0854
Import / Selected fill material with thermal resistivity of ≤ 1.2 for all blanket of (250mm x 4200m x 1050mm)
m³ 1102.5
Subtotal carried to next page R
Item No
Reference/ Description of the Item Unit Qty Rate Price (R) % Foreign Content
% Local Content
Drawing No
SCHEDULE 4 - Continue
Subtotal carried from previous page R
4.2.4 D-DT 0854 Pump Bentonite to all road crossing m 1080
4.2.5 Excavate in Control Cable Trench 820mm x 600mm x18m at Alberts Dale Substation
m³ 8.85
4.2.6 Build Control Cable Trench Wall 820mm x 600mm x18m at Alberts Dale Substation
m2 21.6
4.2.7 D-DT 0854
Reinstate Road Surfaces complete with all courses Paving , Lawns and Concrete (4200m x 1m Wide Strips) Subject to site Condition During Construction
Item 1
4.2.8 D-DT 0854
Compaction in excavated trenches (4200m x 1m wide x 600mm ) use Compaction Rammers in layers of 300mm
m³ 2646
Subtotal carried to SCHEDULE 4 of Summary R
Page | 161
Item Refer Description of the item Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 6
6 SANS 1200H
STRUCTURAL STEELWORK (SANS 1200 H ,HC)
Supply and fabrication
6.1 Preparation of shop detail drawings
Item (Provisio
nals) 1
6.2
Supply, fabrication, delivery and erection of steelwork, complete with all the necessary cleats, brackets, gussets packs, etc. using steel to SABS 1431 Grade 300 WA for electrical equipment support
All steelwork to be hot dipped galvanized to SABS spec 763 - in accordance with SABS 1200HC
Price to include erection, bolts, nuts and rivets
6.2.1
33kV Circuit Breaker support each 2
100%
6.2.2
D-DT 5204 s2
33kV Isolator support each 4 100%
6.2.3
D-DT 5206 s3
33kV CT – 2.5m ME support
each 2 100%
6.2.4
D-DT 5215 33kV CT support cap each 2
100%
6.2.5
D-DT 5213s3
33kV HV Cable termination support (CES)
each 4 100%
Subtotal carried to next page R
Page | 162
Item Refer Description of the item Unit Qty Rate
Price (R) %
Foreign Content
% Local Content
No
Subtotal carried from previous page R
SCHEDULE 6 CONTNIUE
6.2.6
D-DT5215
33kV HV SA support Cap each 4 100%
6.2.7
D-DT 5206 s1
33kV VT – 2.5m ME support
each 1 100%
6.2.8
D-DT 5226 s1
33kV busbar Tubular Support
each 2 100%
6.2.9
D-DT5208
33kVTubular 3 (12mL X 120mm x 4mm)
each 3 100%
6.2.10
D-DT 5206 s6
33kV VT support cap each 1 100%
6.2.11
D-Dt3189
Insul, Line Post 33kV 10kN 31mm/kV (B/B and CES)
each 30 100%
Subtotal carried to SCHEDULE 6 of Summary
R
Page | 163
Item Refer Description of the item Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 7
TRENCH COVERS
7.1.1 Supply of Trench covers measured elsewhere
7.1.1.1 D-DT 5245
Re-Use existing Cable Protection Covers to cover the new 2 x 33kV FRD Cables, Contractor to expose, clean and re-install Cable Protection Slabs in new positions,
m 1400
7.1.1.2
Provisions to Supply extra Slabs should existing be damaged (1050mm L x 350mm W x20mm B)-Reinforced ( Installation rate under 7.1.1.1 shall apply)
Item (Provisional
s)
1000
7.1.1.3 D-DT 5245
(820mm L x 230mm W x20mm B) Trench Covers-Control Cables at Alberts Dale Sub for 18m, Reinforced.
Each 78
Subtotal carried to SCHEDULE 7 of Summary R
Page | 164
Item Refer Description of the item
Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
SCHEDULE 8
8 Storm Water Drainage
8.1 Yard Stoning
8.1.1
SCSASAB Supply and spread 150mm thick layer of 25mm Yard stones 2 x (20m x12m x.15m)
m³ 72
K2 Rev.0
8.2
Apply herbicides and insecticides Assistance of applying herbicides and insecticides can be obtained from EMM, Environmental Science,( Entire Substation Perimeter)
M² 1600
Subtotal carried to SCHEDULE 8 of Summary R
Page | 165
Page | 166
Item Refer Description of the item Unit Qty Rate Price (R)
% Foreign Content
% Local Content
No. Supply Install
SCHEDULE 9
9
MISCELLANEOUS (SANS 1200 MJ, SANS 1200 MK )
9.1
Complete earth grid Supply, Transport to site and Install as per earth grid drawing including all excavations, backfilling and compaction
9.1.1 0007-01-05 Supply and Install 10 mm
round copper main earth grid-(Catered if no Earth Mat)
m 50
9.1.2
0007-01-05
50 mm x 3 mm flat copper for earth tails connected to the main earth grid from equipment foundations, transformer kerbing reinforcement and fence (to the fence and fence corner gate post CGP)
m 49.5
0007-01-05
Joints/Bonding
9.1.3
0007-01-05
Bond all foundation copper to main earth grid of the substation as per earthing standard and foundation drawings.
9.1.4 D-DT 5240
Sh1&2
Main earth grid brazing; 10 mm round to 10 mm round
Each 13
9.1.5 D-DT 5240
Sh1&3
Main earth grid brazing to earth tails (all foundations, control room, fence, etc.) ; 10 mm round to 50 mm x 3 mm flat
Each 24
9.1.6
D-DT 5240
Sh1&7
It is the responsibility of the substation Contractor to test the earth-grid resistance on completion of the project. Tests to be done by an approved person. The results shall be compared to the design results, as submitted by the EMM Project Eng.
Item (Provisionals) 1
Subtotal Carried to SCHEDULE 9 of Summary R
Page | 167
Item No.
Refer Description of the item Unit Qty Rate
Price (R)
% Foreign Content
% Local Content
Supply Install
BILL E1
E1 SANS
GENERAL ITEMS
1200A
E1.1 Signs and Notices
E1.1.1 Allow for all the signs as per the Detail Technical Specification
E1.1.2 Supply Equipment Labels and Install to Each New Equipment.
Each 8
Subtotal carried to BILL E1 of Summary R
Page | 168
Item Refer Description of the item Unit Qty Rate Price (R) % Foreign Content
% Local Content
No. Supply Install
BILL E2
E2 INSTALLATION OF EQUIPMENT
E2.1
New Equipment:
Price shall include all sundries, tools, mounting accessories for the correct operation of the equipment price shall further include for fixing and alignment, on and off-site testing as per specification and equipment manufacturers requirements for a complete installation. Price shall include for all transport, off-loading, rigging insurance, etc. Steelworks, excavations and foundations measured under civil works:
E2.1.1 D-DT 6157
33kV Isolator (Only accredited Contractor / Supplier)
each 4
E2.1.2 D-DT 6214
33kV S/ARR (Trfr mounted) set each 2
E2.1.3 D-DT 6251 33kV Circuit Breaker each 2
E2.1.4 D-DT 6190
33 kV Current Transformer (BZ 1600/1) set
each 2
E2.1.5 D-DT 6172
Supply Install 33kV B/B VT's Sets
each 1
E2.1.6 D-DT 6230
33kV Post Insulators (HV Conductor/MV cables Supt)
each 24
Subtotal carried to BILL E2 of Summary R
Page | 169
Page | 170
Item Refer Description of the item Unit Qty
Rate Price (R)
% Foreig
n Conte
nt
% Local Content
No. Supply Install
BILL E3
E3 HV AND MV CABLE WORK
E3.1
New Equipment:
Transport to site from Contractor’s stores and install the following equipment supplied by Contractor:
E3.1.1 Incomers
E3.1.2
Provide route layout design drawing by specialist indicating joint box locations cross bonding requirements etc
Item (Provisionals)
1
E3.1.3
Joint 33kV cable 500mm XLPE 1C Aluminium, from Albers Dale Sub with 630mm² XLPE Cu single Core Transitional Joint for GIS terminations Inside Eden Park Sub.
each 12
E3.1.4
Supply and Lay 500mm² XLPE Aluminium single Core 33kV cable from Alberts Dale Sub to Eden Park Sub , Tre-foil lay out.
m 50400
90%
E3.1.5
Supply and Lay 4.2km x 48 Cores x Single Mode Optic Fibber Cable with Adapter Connectors, for complete 4.2km fibber run.
m 4200
E3.1.6 Joint 33kV cable 500mm XLPE 1C Aluminium, jointing along the 4.2km route
each 168
E3.1.7 Joint Cable Include for the removal of old termination
E3.1.8 Terminate Cable
E3.1.9 Supply O/D Termination for 33kV , 500mm2 XLPE1 core Cu cable
each 12
E3.1.10 Support 33kV cables with Polyprop clamp
each 24
E3.1.11 Pressure Test all Cables item 1
Subtotal carried to BILL E3 of Summary R
Page | 171
Item Refer Description of the item Unit Qty Rate Price
(R) %
Foreign Content
% Local Content
No. Supply Install
BILL E4
16 INSTALLATION OF
EQUIPMENT-CONDUCTOR
E4.1 Stringing and Conductor
E4.1.1 D-DT 3136
Stringers and droppers – Non Insulated Centipede m 156
E4.1.2 D-DT-3059
Supply and install switching grids each 2
Subtotal carried to BILL E4 of Summary R
Page | 172
Description of the item Unit QTY Supply
Install
Price (R)
% Foreign Content
% Local Content
Item Refer BILL E5
E5 INSTALLATION OF EQUIPMENT CLAMPS
E5.1 Clamp Assemblies
E5.1.1 D-DT 6116 Clamp Tube TBC120/120
ea 3
E5.1.2 D-DT 6090 Clamp T/CompTBCT
120/38/c2 0Deg ea 6
E5.1.3 D-DT
6018s4 Clamp B/Comp 26mmPalm 45DgSPC5 ea 6
E5.1.4 D-DT 6117 Clamp Tub/Bus Palm Tap off TBPT120
ea 6
E5.1.5 D-DT 6039 Clamp F/Bus SuppType
TBFS120-127 ea 6
E5.1.6 D-
DT6040s1 End CapTBEC 120 with F / Clamp ea 3
E5.1.7 D-DT6119 Clamp , Tub Tap off TBCT120/C1-26
ea 6
E5.1.8 D-
DT6006s4 Clamp B/Comp 26mm-38mm 45DG-KC4 ea 24
E5.1.9 D-DT6090 Clamp TS/Comp TBCT-
120/38/C2 0Dg ea 18
E5.1.10 D-
DT6040s1 End CapTBEC 120 No F / Clamp ea 6
E5.1.11 D-DT6086 Clamp F/Bus Coupler TBSC120-127
ea 6
E5.1.12 D-DT6093 Clamp EXPT120-127PCD
TBFX120 -127SS ea 6
E5.1.13 D-DT
6035s1 Clamp Bus Stud TBST-120/26.5mm/C ea 6
E5.1.14 D-DT6010 Clamp T/Comp 26mm-
38mm 0Dg TC10 ea 3
Subtotal carried to BILL E5 of Summary
R
Page | 173
Page | 174
Item Refer Description of the
item Unit Qty Rate Price (R) %
Foreign Content
% Local Content
No. Supply Install
E6 BILL E6
E6.1 COMMISSIONING &
TRAINING
E6.1.1 General item 1
E6.1.2 Functional Testing
E6.1.3 All Equipment’s item 1
E6.1.4 SUBSTATION SCADA
E6.1.5 Substation SCADA - FAT item 1
E6.1.6 Substation SCADA - SAT item 1
E6.1.7 MASTER STATION
SCADA
E6.1.8 Master Station SCADA -
SAT item 1
E6.1.9 RADIO NETWORK
E6.1.10 Complete end to end test item 1
E6.1.11 TRAINING
E6.1.12 SCADA
E6.1.13 Operator Level (5
operators) 3 days item 1
E6.1.14 Engineer Level (3
engineers / technicians ) 5 days
item 1
E6.1.15 EQUIPMENT
E6.1.16 Operator Level (5
operators) 3 days item 1
E6.1.17 Engineer Level (3
engineers / technicians ) 5 days
item 1
E6.1.18 Management Level - 1/2
day overview item 1
Subtotal carried to BILL E6 of Summary R
Page | 175
SUBSTATION CONTROL PLANT Item Refer Description of the item Unit Qty Rate Price (R)
No. Supply Install % Local Content
% Foreign Content
BILL E7
E7 System Secondary Plant Schedule
E7.1 Transport: Lot 1 Transport to site from Contractor’s stores and Install the following equipment supplied by Contractor:
E7.2 Design Drawings Modification:
Lot 1
Modify the design drawings to suit the equipment used. (Relays, Switches, Meters, etc)
E7.3 INSTALLATION OF EQUIPMENT Unit Qty Rate Total
E7.3.1
Secondary Plant Design Document
Install 33kV Feeder Differential scheme. To include settings & As Built drawings.
EA 2
E7.4 CABLING OF EQUIPMENT
E7.4.2 4 Core 4MM2 M
480
E7.4.3 4 Core 2.5MM2 M 1 E7.4.4 12 Core 2.5MM2 M
380
E7.4.5 19 Core 2.5MM2 M 100 E7.4.6
4 Pair Belden Cable (Armoured RS 485) M 120
E7.4.7 RJ45 M 1 Subtotal carried to next page R
Page | 176
Item Refer Description of the item Unit Qty Rate Price (R) % Foreign Content
% Local Content No
Subtotal Brought Forward from Previous Page
R
BILL E7 CONTINUE E7.5 TERMINATION OF ENDS E7.5.2 4 Core 4MM2 No 32 E7.5.3 4 Core 2.5MM2 No 2 E7.5.4 12 Core 2.5MM2 No 12 E7.5.5 19 Core 2.5MM2 No 4 E7.5.6
4 Pair Belden Cable (Armoured RS 485) No 8
E7.5.7 RJ45 No 2
E7.6 IDF CABLE INSTALLATION
E7.6.1 10 Pair Armoured cable M 60
E7.7 IDF CABLING TERMINATION OF ENDS
E7.7.1 10 Pair Armoured cable No 4 E7.7.2 25 Pair Armoured cable No 1 E7.7.3 50 Pair Armoured cable No 1
Subtotal carried over to next page R
Page | 177
Page | 178
Item Refer Description of the item Unit Qty Rate Price (R)
No. Supply Install % Foreig
n Conte
nt
% Local Content
BILL E7
E7 System Secondary Plant Schedule - continued
Subtotal Brought Forward from Previous Page
R
E7.8
DISMANTLING OLD EQUIPMENT (Labour Only)
E7.8.1 Protection Panels EA 2
E7.9 RECOVERING OF OLD CABLE
E7.9.1 4 Core 16MM2 M 1
E7.9.2 4 Core 4MM2 M 360
E7.9.3 4 Core 2.5MM2 M 1
E7.9.4 12 Core 2.5MM2 M 120
E7.9.5 19 Core 2.5MM2 M 60
E7.9.6 10 Pair Armoured cable M 60
E7.9.7 25 Pair Armoured cable M 1
E7.9.8 50 Pair Armoured cable M 1
E7.10 CHECKER PLATES
E7.10.1
Installation of cut checked plates where required M2 1
E7.10.2
Supply checker plate sheet 6mm M2 1
E7.10.3
Supply checker plate sheet 5mm M2 1
E7.11
TRENCHING AND BACKFILL
E7.11.1
600x500MM Deep Class A Hand Picked M3 1
E7.11.2
600x500MM Deep Class B Jack Hammered M3 1
Subtotal carried over to next page R
Page | 179
tem
Refer
Description of the item Unit Qty Rate Price (R)
No. Supply Install % Foreig
n Conten
t
% Local
Content
BILL E7 CONTINUE
E7 System Secondary Plant Schedule - continued
Subtotal Brought Forward from Previous Page
R
E7.12 SUNDRY ITEMS TO CONTRACT
E7.12.1 IDF Wall Frame EA 2 E7.12.2 33 way krone back mounts EA 10
E7.12.3 10 way krone disconnect blocks EA 10
E7.12.4 Fixed label holders 10 way EA 10 E7.12.5 Slotted trunking EA 2 E7.12.6 Earth wire 16mm with lugs Lot 1 E7.12.7 Klippon terminals Lot 1
E7.12.8 16mm chemical bolts Install & Commissioned Lot 1
E7.12.9 Megamite 50mm Lot 1 E7.12.11
Instate concrete screed to trenches M 80
E7.12.12
Breaking & removing of concrete screed to trenches M 80
E7.12.13 80 way backmount frame EA 1 E7.12.14
Chemical Bolts (M20x400mm) EA 1
E7.12.15 Chemical Cement 360ml 1 E7.12.16 Armour Glands No. 0 Lot 1 E7.12.17 Armour Glands No. 1 Lot 1 E7.12.18 Armour Glands No. 2 Lot 1 E7.12.19 Armour Glands No. 3 Lot 1 E7.12.20 Setting Of Isolators EA 1 E7.12.21 Modification to Isolator bases EA 1 E7.12.22 VT Junction Box EA 1 E7.12.23 CT Junction Box EA 1
Subtotal carried over to next page R
Page | 180
tem Refer
Description of the item Unit Qty Rate Price (R)
% Foreig
n Conten
t
% Local
Content
Supply Install
Subtotal Brought Forward from Previous Page
R BILL E7 CONTINUE E7.13 COMMISSIONING E7.13.1 AC/DC Distribution panel. EA 1
E7.13.2 33kV Feeder Differential scheme
EA 2
E7.13.4 Telecomms panel EA 1
E7.13.5 33kV Bus zone scheme in swing frame panel.
EA 1
E7.13.6
33kV Smart Stats Meters in corresponding protection swing frame panels.
EA 2
E7.13.7 IDF. EA 2 E7.13.8 RTU/Gateway EA 1
E7.13.9 Commissioning Sub-Total Subtotal carried to BILL E7 of Summary R
Page | 181
Summary of Totals for Bill 2 SCHEDULES Category Costs
1 GENERAL (SANS 1200 A), PU, PLI R
2 SITE CLEARANCE (SANS 1200 C) R
3 EARTHWORKS (SMALL WORKS) SANS 1200 DA R
4
EARTHWORKS (PIPE TRENCHES) SANS 1200 DB
R
6 STRUCTURAL STEELWORK (SANS 1200 H ,HC) R
7 STRUCTURAL STEELWORK (SANS 1200 H ,HC) R
8 TRENCH COVERS R
9 MISCELLANEOUS (SANS 1200 MJ, SANS 1200 MK ) R
SUB‐TOTAL A R
BILL E1 GENERAL ITEMS R
BILL E2 INSTALLATION OF EQUIPMENT R
BILL E3 HV AND MV CABLE WORK R
BILL E4 INSTALLATION OF EQUIPMENT‐CONDUCTOR R
BILL E5 INSTALLATION OF EQUIPMENT CLAMPS R
BILL E6 COMMISSIONING & TRAINING R
BILL E7 SYSTEM SECONDARY PLANT SCHEDULE R
SUB‐TOTAL B R
A SUB‐TOTAL ( A+B) R
CONTIGENCES (10%) R
B VAT 14% R
C TOTAL PROJECT COST 2 R
Page | 182
Page | 183
Any rise or fall in the cost of labour, materials and transport subsequent to the tender closing date shall be for the Employer’s account.
The Contract Price Adjustment to be applied to the various rates of the Bills of Quantities shall be calculated
in accordance with the formula designated opposite each rate in the Bills of Quantities. “Base Month”: for this contract, shall mean: October 2016
Prices will be subject to adjustment in accordance with the relevant Steel and Engineering Industries Federation of Southern Africa (SEIFSA) cost price adjustment formulae and relevant manufacturer’s standard formulae.
The value of work done, valued at the tendered rates, which is certified on each successive certificate for the period following each previous certificate, will be adjusted by means of the following formulae:
FORMULA FOR STEEL Ra = Rt(0,45Ln + 0,30Sn + 0,25Zn ) ( Lo So Zo ) Where Symbol Description Ra Contract Rate after adjustment.
Rt Contract Rate before adjustment as stipulated in the Tender.
L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and
Index pages)
S The Steel Merchant Price for Unequal Angles (Table E-EX of SEIFSA Price and Index pages)
Z The SEIFSA Index of basic price per ton for Zn 498,5% ex works, Springs (Table F of SEIFSA Price and Index pages)
Page | 184
FORMULA FOR ELECTRICAL EQUIPMENT Ra = Rt (0,45Ln + 0,25Pn + 0,30En ) ( Lo Po Eo ) Where Symbol Description Ra Contract Rate after adjustment.
Rt Contract Rate before adjustment as stipulated in the Tender.
L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and
Index pages)
P The CSS (Central Statistical Service) Consumer Price Index (Table D-1 of SEIFSA Price and Index pages)
E The CSS (Central Statistical Service) Production Price Index for Electrical Materials (Table G of SEIFSA Price and Index pages)
FORMULA FOR REINFORCED/ PRECAST CONCRETE Ra = Rt (0,55Ln + 0,25Cn + 0,20Sn ) ( Lo Co So) Where Symbol Description Ra Contract Rate after adjustment.
Rt Contract Rate before adjustment as stipulated in the Tender.
L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and
Index pages)
C The CSS (Central Statistical Service) Price Index for Selected Materials (Table M – Ordinary and Extended Cement, of SEIFSA Price and Index pages)
S The CSS (Central Statistical Service) Price Index for Selected Materials (Table M – Reinforcing Steel, of SEIFSA Price and Index pages)
Page | 185
FOR ROAD FREIGHT Ra = Rt (0,35Ln + 0,65Rn ) ( Lo Ro ) Where Symbol Description Ra Contract Rate after adjustment.
Rt Contract Rate before adjustment as stipulated in the Tender.
L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and
Index pages)
R The SEIFSA Index of Road Freight Costs (Table L-2 of SEIFSA Price and Index pages)
FORMULA FOR COPPER AND ALUMINIUM Ra = Rt (0,25Ln + 0,75[X]n ) ( Lo [X]o) Where Symbol Description Ra Contract Rate after adjustment.
Rt Contract Rate before adjustment as stipulated in the Tender.
L The SEIFSA Index of Actual Labour Cost (Table C3 of SEIFSA Price and
Index pages)
X The Copper or Aluminium Merchant Price for Annealed Copper or Aliminium tube / bar / plate as the case may be as quoted by SEIFSA
Page | 186
FOR CABLES Copper, aluminium, lead, steel, PVC and XLPE price variations factors for electric cables conforming to SANS 97,SANS 1507,SANS 1339, BS6346 and SATS CSE 49E & G as per the ASSOCIATION OF ELECTRIC CABLE MANUFACTURERS OF SOUTH AFRICA (AECMSA) will be applied.
“Bidders are to state the variation factors applicable for the various HV (33kV) cable sizes with their offers.”
QUOTED PRICE:
If any portion of the bid contains imported goods, that portion must be indicated (%) and based on a rate of exchange of R14.00 per $1.00 (US dollar), for evaluation purposes.
Bidders must note that the final rate of exchange will be the rate applicable on date of order.
Page | 187
PLEASE NOTE: As this bid is estimated to exceed a rand value of R10 million (VAT, escalation and contingencies included), all bidders are required to furnish,-
(1) If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.
(2) If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.
(3) Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act.
(4) If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (1) and (2) above for each of its financial years since commencing business.
(5) If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted.
Signature of person authorised to sign bid documents
Name in block letters
Designation Date
Page | 188
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY CONTRACT NO: EE 01-2017 FOR: APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. PART C3 SCOPE OF WORKS
CONTENTS
PAGE(S) C3.1 DESCRIPTION OF WORKS
C3.1.1 EMM's objectives
C3.1.2 Overview of the Works
C3.1.3 Extent of Works
C3.1.4 Location of the Works
C3.1.5 Temporary Works C3.2 ENGINERING
C3.2.1 Design
C3.2.2 EMM's Design
C3.2.3 Contractor's Design
C3.2.4 Drawings
C3.2.5 Design procedure C3.3 PROCUREMENT
C3.3.1 Preferential Procurement
C3.3.2 Subcontracting C3.4 CONSTRUCTION
C3.4.1 Works specifications
C3.4.2 Site establishment
C3.4.3 Plant & Materials
C3.4.4 Construction equipment
C3.4.5 Existing services
C3.4.6 Variations and additions to SABS 1200 Standardized specifications and particular specifications
Page | 189
C3.5 MANAGEMENT OF THE WORKS
C3.5.1 Generic Specification
C3.6 HEALTH AND SAFETY
C3.6.1 Health and Safety requirements and procedures
C3.6.2 Protection of the Public
C3.6.3 Barricades and lighting
C3.6.4 Traffic control on roads
C3.6.5 Measures against disease and epidemics
C3.6.6 Aids awareness
Page | 190
STATUS In the event of any discrepancy between the Scope of Works and a part or parts of the SABS 1200 Standardized Specifications, the Bill of Quantities or the Drawings, the Project Specifications shall take precedence and prevail in the Contract. C3.1 DESCRIPTION OF THE WORKS C3.1.1 EMMS OBJECTIVES
The employer’s objective are to require the services of electrical contractor for the upgrade of Eden Park substation projects. The employer requires this contract to meet the required bulk capacity within the area to provide the electricity in the houses, street lighting, high mast and new developments and at the same time promote issues of safety and security within EMM. Labour-intensive works comprise the activities described in SANS 1921-5/Earthworks activities which are to be performed by hand/Labour-Intensive Specification (1) and its associated specification data. Such works shall be constructed using local workers who are temporarily employed in terms of this scope of work.
C3.1.2 OVERVIEW OF THE WORKS
The work to be carried out includes the Installation of 2 new transformers, feeder bays, new feeder cables from Albertsdale Substation, Procurement of switchgears, building of new control room, install new perimeter wall , commission and Handover of new 33KV Substation.
C3.1.3 EXTENT OF WORKS
The Works to be carried out by the Contractor under this Contract comprise mainly the following:
(a) Supply all material and construct a substation as per the design specifications; (b) Supply, install, commission complete 33/6.6KV Transformers. (c) Supply, install and commission complete switchboard Panels with on-board protection. (d) Supply, install and commission Battery tripping units. (e) Supply, install and commission complete SCADA solution. (f) Supply, install and commission complete metering panel. (g) Supply and install electrified perimeter fencing and automated sliding gates. (h) Supply, install and commission complete AC distribution system. (i) Supply and install paving. (j) Supply, install, joint and terminate 33/6.6kV cable. (k) Correction of all defects in the Works in accordance with the requirements specified in
the Contract Documents before project handover. This description of the Works is not necessarily complete and shall not limit the work to be carried out by the Contractor under this Contract. The unit rates in the BOQ must therefore be inclusive of all the material and labour required although not necessary specified individually.
Approximate quantities of each type of work are given in the Schedule of Quantities
C3.1.4 LOCATION OF THE WORKS
Page | 191
Eden Park 2 x 20MVA 33/6.6kV Substation is located within: Van Guard and Willy Str
Willy str, Alberton, South Africa
Latitude: -26.22.54 | Longitude: 28.07.50
C3.1.5 TEMPORARY WORKS
The contractor shall erect a construction camp which shall be removed once the contract is completed.
C3.2 ENGINEERING C3.2.1 DESIGN
Permanent civil works Employer Permanent electrical works – switchgear, AC/DC, SCADA, protection, metering Contractor Temporary works Contractor Preparation of as-built drawings Contractor
(a) The Employer is responsible for the design of the permanent Works as reflected in the
Contract Documents unless otherwise stated.
(b) The Contractor is responsible for the design of the temporary Works and their compatibility with the permanent Works.
(c) The Contractor shall supply all details necessary to assist the Engineer in the compilation of the as-built drawings.
C3.2.2 EMM'S DESIGN
EMM’s design shall be the layout, dimensioning and positioning of the substation stations
C3.2.3 CONTRACTOR'S DESIGN
Where contractor is to supply the design of designated parts of the permanent Works or temporary Works he shall supply full working drawings supported by a professional engineer's design certificate.
Switchgear and protection – The contractor shall design all the switchgear and protection schemes for each panel as well as the integration thereof into the final complete design including all cabling between the off-board protection and the panels. SCADA - The contractor shall design a comprehensive SCADA solution of all components including all cable, wire and fibre networks as well as the integration thereof into the final complete design up to and including EMM’s control centre.
Metering - The contractor shall design a complete metering solution of all components including all cabling and wiring as well as the integration thereof into the final complete design. AC/DC - The contractor shall design a complete AC/DC solution of all components including all cabling and wiring as well as the integration thereof into the final complete design.
C3.2.4 DRAWINGS
Page | 192
The contractor shall prepare and submit for verification all the protection, SCADA, metering and AC/DC detailed drawings required for a complete solution. The Contractor shall use only the dimensions stated in figures on the Drawings in setting out the Works, and dimensions shall not be scaled from the Drawings, unless required by the Engineer. The Engineer will, on the request of the Contractor in accordance with the provisions of the Conditions of Contract, provide such dimensions as may have been omitted from the Drawings.
The Contractor shall ensure that accurate as-built records are kept of all infrastructure installed or relocated during the contract. The position of pipe bends, junction boxes, duct ends and all other underground infrastructure shall be given by either co-ordinates, or stake value and offset. Where necessary, levels shall also be given. A marked-up set of drawings shall also be kept and updated by the Contractor. This information shall be supplied to the Engineer's Representative on a regular basis.
All information in possession of the Contractor, required by the Engineer and/or the Engineer’s Representative to complete the as-built/record drawings, must be submitted to the Engineer's Representative before a Certificate of Completion will be issued.
The Drawings prepared by the Employed for the permanent Works are listed and bound in a separate volume/bound at the back of this volume(1). The Employer reserves the right to issue amended and/or additional drawings during the Contract.
C3.2.5 DESIGN PROCEDURES
The contractor shall determine the status quo of the SCADA, protection philosophies and metering of EMM’s control centre and design to integrate accordingly;
- The contractor shall submit design specifications and drawings to EMM of the complete solution for verification before ordering.
- Any design changes must be properly documented and submitted for verification to EMM.
- Any documents and drawings must be accompanied by document transmittal forms - The contractor shall be responsible to get permission of all aspects of the temporary
work.
C3.3 PROCUREMENT C3.3.1 PREFERENTIAL PROCUREMENT C3.3.1.1 Requirements
In accordance with the Supply Chain Management Policy of the EMM.
C3.3.1.2 Resource standard pertaining to targeted procurement Local Unemployed Labour
C3.3.2 SUBCONTRACTING C3.3.2.1 Scope of mandatory subcontract works
The following contractor will be nominated by the employer: Security Alarm and CCTV surveillance Systems if required by client – Contactor to be Advised.
The Contractor shall sub-let to local sub-contractors appropriate portions of the works that are designated in Clause C3.3.1.1 as being reserved for labour intensive construction methods.
(a) It will be noted that it is a requirement of this contract that local labour and local sub-contractors reside in
the EMM region.
Page | 193
(b) The contractor will only be allowed to bring in labour from outside the area where specialised skills are required and must be severely motivated.
(c) It will be a requirement that the successful bidder appoint local sub-contractors as it is very
important to ensure that small and upcoming contractors have opportunities to succeed / grow and improve their skills and levels of competency.
(d) A name list of local sub-contractors can be made available if required from the specific area where works
have to be executed. It shall be noted that the main contractor is still responsible for the sub-contractor as employer.
(e) The amount/s payable to the sub-contractor/s by the appointed main contractor/s shall be fair
and reasonable. (f) Payment of the sub-contractor/s by the main contractor/s shall preferably be made within thirty
(30) days on receipt of the sub-contractor’s invoice but not later than five (5) days on receipt, by the main contractor/s, of the Municipality’s payment.
(g) A local CLO (Communication Liaison Officer) must be appointed for all planned projects that will
continue longer than 15 working days in a specific ward. The ward councillor must be approached in the selection of a suitable CLO.
(h) A minimum of 30% of the contract value must be utilised in payment of at least one or more of the
following: Emerging sub-contractors The contractor can use his/her own discretion to determine where and how the specified minimum percentage is achieved. The contractor will be required to submit a statement with each payment certificate indicating where and how his requirement in respect to community retained earnings (also read black economic empowerment) has been met. Expenditure which is claimable is: Payments for the contract which is made to, sub-contractors, and the like which are wholly or partially owned by one or more historically disadvantaged individuals (HDI). For payments made to service providers which are not 100% HDI owned, only the amount of the payment as a proportion of the percentage HDI ownership shall be claimable as community retailed earnings. If, at the completion of the project, the contractor has not yet shown that he/she has complied with this condition then the shortfall of the specified minimum percentage shall be withheld from the final payment due to the contractor.
C3.3.2.2 Preferred subcontractors/suppliers Ekurhuleni Local Based Sub-Contractors C3.3.2.3 Subcontracting procedures
This contract is a “turnkey” contract and the main contractor is free to use subcontractors of his own choice. The main contractor shall however be required to advise the engineer in writing of his choice of any and all subcontractor(s). The Engineer or Employer may object to the use of any particular subcontractor, due to previous negligence, unsatisfactory performance or quality of previous work done. A Subcontractor that has in their own right been blacklisted by the EMM for whatever reason shall not be allowed to provide any construction services under this contract.
Page | 194
The onus is on the main contractor to ensure that a quality end product is produced by any subcontractor employed. Subcontractors shall as a matter of course be suitably qualified for the work they undertake on behalf of the main contractor, they shall be able to provide proof of experience and the necessary qualifications. Subcontractors shall adhere to the EMM’s target procurement procedures, work reserved for labour intensive construction methods as detailed elsewhere will also apply to subcontractors.
C3.3.2.4 Attendance on subcontractors
The main contractor shall include in his rates for the necessary attendance on subcontractors to ensure completion of the project.
C3.4 CONSTRUCTION
C3.4.1 WORKS SPECIFICATIONS
C3.4.1.1 Applicable SABS 1200 Standardized Specifications
The following SABS 1200 Standardized Specifications for civil engineering construction are applicable:
SABS 1200 A : General (1986) SABS 1200 AB : Engineer's office (1986) SABS 1200 C : Site clearance (1980) SABS 1200 D : Earthworks (1988) SABS 1200 G : Concrete (structural) (1982) SABS 1200 GE : Precast concrete (structural) (1984) SABS 1200 LC : Cable ducts (1981) SABS 1200 LE : Stormwater drainage (1982) SABS 1200 MFL : Base (light pavement structures) (1996) SABS 1200 MG : Bituminous surface treatment (1996) SABS 1200 MJ : Segmented paving (1984) SABS 1200 MK : Kerbing and channelling (1983) The term "project specification" must be replaced by "scope of works" wherever it appears in these standardized specifications.
C3.4.1.2 Particular Specifications
None
C3.4.1.3 National and International Standards
SANS 1200 Civil Engineering Construction (all relevant parts) SANS 10400 Application of National Building Regulations (all relevant parts) SANS 10109-2 Finishes to concrete floors SANS 10142 Wiring of premises SANS 10021 Waterproofing of buildings SANS 1507 Electric cables with extruded solid dielectric insulation for fixed
installations SANS 1411 Materials of insulated electric cables and flexible cords.
Page | 195
SANS 60694 Common specifications for HV switchgear and Controlgear standards SANS 62711 Part 100 – High voltage alternating current circuit breakers SANS 62271-200 AC metal-enclosed switchgear and control gear for rated
voltages above 1 kV and up to and including 52 kV SANS 62271-100 Alternating-current circuit-breakers SANS 1574 Electric flexible cores, cords and cables with solid extruded
dielectric insulation SANS 60227 Polyvinyl chloride insulated cables of rated voltages up to and
including 450/750 V SANS 1885 ANNEX A Rules for application of standard wire numbering SANS 1652 Battery chargers (not attached) SANS 1632 Batteries parts 2 & 3(not attached) SANS 1019 Standard voltages, currents and insulation levels for electricity supply SANS 1507 Electrical cables with extruded solid dielectric insulation for fixed
installations (300 / 500 V to 1900/ 3300 V) SANS IEC 60529 Degrees of protection provided by enclosures (IP code) SANS IEC 60694 Common clauses for high-voltage switchgear and control gear
standards SANS IEC 60793 Optical fibres SANS IEC 60794 Optical fibre cables SANS IEC 61000 Electromagnetic compatibility (EMC) SANS 61073-1 Splices for optical fibres and cables SANS IEC 61131 Programmable controllers - All parts NRS 037-1 2006: Telecontrol protocol Part 1: Telecontrol protocol for stand-alone remote
terminal units BS 4579-1 The performance of mechanical and compression joints in electric
cable and wire connectors BS 9520 Electrical connectors of assessed quality for DC and low frequency
application: generic data, methods of test and capability approval procedures
IEC 60255 Electrical relays - Part 3 to 25 IEC 60870-5-101 Tele-control equipment and systems – Part 5: Transmission protocols
– Section 101: Companion standard for basic Telecontrol tasks IEC 60870-5-103 Tele-control equipment and systems – Part 5-103: Transmission
protocols – Companion standard for the informative interface of protection equipment
IEC 61274 Fibre optic adaptors IEC 61850 Communication networks and systems in substations IEC 62063 The use of electronic and associated technologies in auxiliary
equipment of switchgear and control gear SANS 10142 Wiring of premises SANS 1507 Electric cables with extruded solid dielectric insulation for fixed
installations (all parts) SANS 1411 Materials of insulated electric cables and flexible cords SANS 1339 Cross-linked polyethylene (XLPE) insulated cables for rated voltages
3,8/6,6 kV to 19/33 kV SANS 97 Impregnated paper insulated metal-sheathed cables for rated voltages
3,3/3,3 kV to 19/33 kV (excluding pressure assisted cables) SANS 10198 The selection, handling and installation of electric power cables of
rating not exceeding 33 kV (all parts)
C3.4.1.4 Variations and Additions to the SABS 1200 Standardized Specifications
None
Page | 196
C3.4.2 SITE ESTABLISHMENT
C3.4.2.1 Services and facilities provided by the Employer
(a) Water sources
Potable water supply available
A reticulated potable water supply is available in the vicinity of the Site. The responsible water supply authority in the area of the Site is Ekurhuleni Metropolitan Municipality. Should the Contractor, in complying with his obligations in terms of subclause C3.4.2.2(b): Water, wish to utilise such water supply, he shall himself be responsible for making his own arrangements with the responsible water supply authority for the supply of all water that he may require from such reticulation network for construction purposes as well as for domestic consumption. If so required by the responsible water supply authority, the Contractor shall further be responsible, at his own cost, for making or otherwise providing metered connections to the available services at the positions specified by the water authority, as well as for the removal of such connections on completion of the Contract. No warranty is offered or given by the Employer that the existing available reticulated water supply will necessarily be adequate for the Contractor’s purposes nor that such supply is in any way guaranteed. All charges as may be levied by the responsible water supply authority in respect of water consumed by the Contractor shall be for the Contractor’s account and payment to the Contractor in respect thereof shall, in accordance with the provisions of subclause C3.4.2.2(b), be deemed to be included in the sums bidded by the Contractor for the various Preliminary and General items listed in the Schedule of Quantities, as well as in the rates bidded by the Contractor for the various other items listed in the Schedule of Quantities which require the consumption of water. The Contractor shall, when reasonably required by the Engineer, produce documentary proof that all amounts as may have become due and payable by the Contractor to the responsible water authority have been promptly paid in full.
(i) Alternative 1A
All charges as may be levied by the responsible water supply authority in respect of water consumed by the Contractor shall be for the Contractor’s account and payment to the Contractor in respect thereof shall, in accordance with the provisions of subclause C3.4.2.2(b), be deemed to be included in the sums bidded by the Contractor for the various Preliminary and General items listed in the Schedule of Quantities, as well as in the rates bidded by the Contractor for the various other items listed in the Schedule of Quantities which require the consumption of water.
Page | 197
The Contractor shall, when reasonably required by the Engineer, produce documentary proof that all amounts as may have become due and payable by the Contractor to the responsible water authority have been promptly paid in full.
(b) Electricity supply
There is no reticulated electrical power supply available in close proximity to the Site. The Contractor shall, in accordance with the provisions of subclause C3.4.2.2(c), and at his own cost, make all arrangements necessary for the supply and distribution of electrical power required for construction purposes as well as for use in and about his site establishment. The Contractor shall comply with all prevailing legislation in respect of the generation and distribution of electricity and shall, when required by the Engineer, produce proof of such compliance.
(c) Excrement disposal
(i) A reticulated water-borne sewage disposal system exists in the vicinity of the Site.
The responsible sewage disposal authority is Ekurhuleni Metropolitan Municipality
Should the Contractor, in complying with his obligations in terms of subclause C3.4.2.2(d): Excrement disposal, wish to avail himself of such facility, he shall, in accordance with the provisions of subclause C3.4.2.2(d), and at his own cost, be responsible for making his own arrangements with the responsible disposal authority, and for making such connections he may require to the available services. If so required by the responsible sewage disposal authority, the Contractor shall, at his own cost, be responsible for making connections to the available services at the positions specified by the sewage disposal authority, as well as for the removal of such connections on completion of the Contract. No warranty is offered or given by the Employer that the existing available reticulated water-borne sewage disposal will necessarily be adequate for the Contractor’s purposes nor that its operation is in any way guaranteed.
All charges as may be levied by the responsible sewage disposal authority in respect of the disposal of sewage generated by the Contractor shall be for the Contractor’s account and payment to the Contractor in respect thereof shall, in accordance with the provisions of subclause C3.4.2.2(d), be deemed to be included in the sums bidded by the Contractor for the various Preliminary and General items listed in the Schedule of Quantities. The Contractor shall, when reasonably required by the Engineer, produce documentary proof that all amounts that may have become due and payable by the Contractor to the responsible sewage disposal authority have been promptly paid in full.
Page | 198
(d) Area for contractor’s site establishment
The Site of the Works is restricted and the Employer has no suitable areas available where the Contractor may erect offices, workshops, stores and other facilities that he requires for the purposes of the Contract. The Contractor shall, at his own cost, be responsible for locating and making all arrangements necessary for securing an area suitable to meet his needs in respect of the erection of the Contractor’s offices, stores and other facilities, including the facilities to be provided for the Engineer in accordance with the Contract. Any potential area proposed by the Contractor shall be within reasonable proximity to the Site of the Works and its location shall be subject to the approval of the Engineer, which approval shall not be unreasonably withheld.
C3.4.2.2 Facilities provided by the Contractor
(a) Facilities for the Engineer
The Contractor shall provide on the Site, for the duration of the Contract and for the exclusive use of the Engineer and/or his Representative (as applicable), the various facilities described hereunder. All such facilities shall be provided promptly on the commencement of the Contract and failure on the part of the Contractor to provide any facility required in terms of this specification shall constitute grounds for the Engineer to withhold payment of the Contractor’s bidded Preliminary and General items until the facility has been provided or restored as the case may be.
(i) Office accommodation
The Contractor shall provide on the Site 1 office for the exclusive use of the Engineer. Such office shall comply with and be furnished in accordance with the requirements of subclause 3.2 of SABS 1200 AB. The Contractor shall maintain the office in accordance with the requirements of subclause 5.2 of SABS 1200 AB. Such office accommodation shall be provided within the Contractor’s site establishment facilities.
(ii) Carports
The Contractor shall provide on Site 1 carport for the exclusive use of the Engineer, in accordance with the requirements of subclause PSAB 3.3 of section C3.4.6 of the scope of Works.
(iii) Site meeting venue
The Contractor shall provide within his own site establishment facilities, a suitably furnished office or other venue capable of comfortably accommodating a minimum of six (6) persons at site meetings. The Engineer shall be allowed free use of such venue for conducting any other meetings concerning the Contract at all reasonable times.
(iv) Contract name boards
The Contractor shall provide, erect and maintain 1 contract name boards at such positions and locations as are directed by the Engineer, in accordance with the requirements set out in SABS 1200 AB (as amended).
Page | 199
The Contractor shall before ordering or manufacturing any such contract name boards, obtain the Engineer’s written approval in respect of all names and wording to appear on the contract name boards.
(v) Survey equipment and assistants
Survey equipment
None
Survey assistants
The Contractor shall, in accordance with the requirements of subclause 5.5 of SABS 1200 AB, make available to the Engineer, two (2) survey assistants.
(vi) Telephone facilities None
(vii) Computer facilities None
(viii) Fax facilities
None
(ix) Electricity supply for the Engineer
All electricity supply to the Engineer’s office(s) and laboratory (if applicable), whether provided by the Contractor by way of a reticulated supply from a local authority or other authorised electricity supply, or by way of on-site generators, shall be regulated by the Contractor to within limits such as to prevent damage due to fluctuations in the electrical current supply that may occur to any electrical plant and equipment provided by the Contractor or the Engineer. The Contractor shall be liable for and pay to the Engineer on demand, all costs that the Engineer may incur in the repair or replacement of any electrical equipment provided by the Engineer on the Site. Reliance by the Contractor on the regulation of the electrical supply by the supplier or on current regulators fitted to generators shall not absolve the Contractor of his liabilities in terms of this Subclause and, where appropriate, the Contractor shall provide and install at his own cost, all such electrical current-regulating equipment as is necessary to prevent damage to the said equipment.
(x) Site instruction book
The Contractor shall keep a triplicate book for site instructions on the Site at all times.
(xi) Housing for Engineer's Representative
None
Page | 200
(b) Water
The Contractor shall, at his own expense, be responsible for obtaining and providing all water as may be required for the purposes of executing the Contract, including water for both construction purposes and domestic use, as well as for making all arrangements in connection therewith. The Contractor shall further, at his own expense, be responsible for providing all necessaries for procuring, storing, transporting and applying water required for the execution of the Contract, including but not limited to all piping, valves, tanks, pumps, meters and other plant and equipment, as well as for all work and superintendence associated therewith.
The sources of all water utilised for the purposes of the Contract shall be subject to the prior approval of the Engineer, which approval shall not be unreasonably withheld.
The Contractor shall comply with all prevailing legislation in respect of drawing water from natural and other sources and shall, when required by the Engineer, produce proof of such
compliance. The distribution of water shall be carried out by the Contractor strictly in accordance with the applicable laws and regulations.
All water provided by the Contractor for construction purposes shall be clean, free from undesirable concentrations of deleterious salts and other materials and shall comply with any further relevant specifications of the Contract. The Contractor shall, whenever reasonably required by the Engineer, produce test results demonstrating such compliance. Water provided by the Contractor for human consumption shall be healthy and potable to the satisfaction of the health authorities in the area of the Site.
No separate payment will be made to the Contractor for the obtainment, providing and consumption of water, the costs of which will be deemed to be included in the Contractor’s bidded rates.
(c) Electricity
The Contractor shall, at his own expense, be responsible for obtaining and providing all electricity as he may require for the purposes of executing the Contract, including electricity for both construction purposes and domestic use, as well as for making all arrangements in connection therewith.
The distribution of electricity shall be carried out by the Contractor strictly in accordance with the applicable laws and regulations.
No separate payment will be made to the Contractor for the obtainment, providing and consumption of electricity, the costs of which will be deemed to be in the Contractor’s bidded rates and prices.
d) Excrement disposal
The Contractor shall, at his own expense, be responsible for safely and hygienically dealing with and disposing of all human excrement and similar matter generated on the Site during the course of the Contract, to the satisfaction of the responsible health authorities in the area of the Site and the Engineer. All such excrement shall be removed from the Site and shall not be disposed of by the Contractor on the Site. The Contractor shall further comply with any other requirements in this regard as may be stated in the Contract.
Page | 201
No separate payment will be made to the Contractor in respect of discharging his obligations in terms of this subclause and the costs thereof shall be deemed to be included within the Contractor’s bidded Preliminary and General items.
C3.4.2.3 Site usage
None
C3.4.2.4 Permits and wayleaves
The Employer shall be responsible to obtain all the wayleave required for this Contract.
C3.4.2.5 Features requiring special attention
(a) Site maintenance
N/A
(b) Testing and quality control
Site maintenance
During progress of the work and upon completion thereof, the Site of the Works shall be kept and left in a clean and orderly condition. The Contractor shall store materials and equipment for which he is responsible in an orderly manner, and shall keep the Site free from debris and obstructions.
(b) Testing and quality control
N/A
(c) Subcontractors
All matters pertaining to subcontractors (including Nominated Subcontractors) and the work executed by them shall be dealt with directly between the Engineer and the Contractor in the context of all subcontract work being an integral part of the Works for which the Contractor is responsible.
The Engineer will not liaise directly with any subcontractors nor will he issue instructions concerning the subcontract works directly to any subcontractor.
All matters arising from the subcontract agreements shall be dealt with directly between the Contractor and the subcontractors and the Engineer will not become involved.
Opening up and closing down of designated borrow pits
Measurement and payment for opening up and closing down designated borrow pits, including removing and stockpiling overburden and restoring the Site, shall be made under item 8.3.4 of SABS 1200 D. This item applies to all borrow material required under this Contract.
The requirements of subclause 5.2.2.2 of SABS 1200 D regarding the opening up, maintenance and closing down of borrow pits shall be adhered to.
(e) Access to properties
The Contractor shall organise the work to cause the least possible inconvenience to the public and to the property owners adjacent to or affected by the work, and except as hereunder provided, shall at all times provide and allow pedestrian and vehicular access to properties within or adjoining or affected by the area in which he is working. In this respect the Contractor's attention is drawn to Clause 17.1 of the Conditions of Contract.
Page | 202
If, as a result of restricted road reserve widths and the nature of the work, the construction of bypasses is not feasible, construction shall be carried out under traffic conditions to provide access to erven and properties.
Notwithstanding the aforegoing, the Contractor may, with the prior approval of the Engineer (which approval shall not be unreasonably withheld), make arrangements with and obtain the acceptance of the occupiers of erven and properties to close off part of a street, road, footpath or entrance temporarily, provided that the Contractor duly notifies the occupiers of the intended closure and its probable duration, and reopens the route as punctually as possible. Where possible, such streets, roads, footpaths and entrances shall be made safe and reopened to traffic overnight. Such closure shall not absolve the Contractor from his obligations under the Contract to provide access at all times. Barricades, traffic signs, drums and other safety measures appropriate to the circumstances shall be provided by the Contractor to suit the specific conditions.
(f) Existing residential areas
Electricity and water supply interruptions in existing residential areas shall be kept to a minimum. The Engineer's approval shall be obtained prior to such interruptions and residents shall be notified in writing at least 24 hours but not more than 48 hours in advance. Supplies shall be normalised by 16:00 on the same day.
(g) Labour-intensive competencies of supervisory and management staff
Contractor having a CIDB contractor grading designation of 5CE and higher shall only engage supervisory and management staff in labour intensive works who have either completed, or for the period 1 April 2004 to 30 June 2006, are registered for training towards, the skills programme outlined in Table 1.
The managing principal of the contractor, namely, a sole proprietor, the senior partner, the managing director or managing member of a close corporation, as relevant, having a contractor grading designation of 1CE, 2CE, 3CE and 4CE shall have personally completed, or for the period 1 April 2004 to 30 June 2006 be registered on a skills programme for the NQF level 2. All other site supervisory staff in the employ of such contractors must have completed, or for the period 1 April 2004 to 30 June 2006 be registered on a skills programme, for the NQF level 2 unit standards or NQF level 4 unit standards.
Page | 203
Table 1: Skills programme for supervisory and management staff
Personnel NQF level Unit standard titles Skills programme
description Team leader / supervisor
2
Apply Labour-intensive Construction systems and Techniques to Work Activities
This unit standard must be completed, and
Use Labour-intensive Construction Methods to Construct and Maintain roads and Stormwater Drainage
Use Labour -intensive Construction Methods to Construct and Maintain Water and Sanitation Services
one of these 3
unit standards be used
Use Labour-intensive Construction methods to Construct, Repair and Maintain Structures
Foreman / supervisor
4 Implement Labour-intensive Construction systems and Techniques
This unit standard must be completed, and
Use Labour-intensive Construction Methods to Construct and Maintain Roads and Stormwater Drainage
Use Labour-intensive Construction Methods to Construct and Maintain Water and Sanitation Services
any one of
these 3 unit standards be used
Use Labour-Intensive Construction Methods to
Page | 204
Personnel NQF level Unit standard titles Skills programme
description Construct, Repair and Maintain Structures
Site Agent / Manager (ie the contractor's most senior representative who is resident on the site)
5 Manage Labour-intensive Construction Processes
Skills Programme against this single unit standard
(h) Employment of unskilled and semi-skilled workers in labour-intensive works
(I) REQUIREMENTS FOR THE SOURCING AND ENGAGEMENT OF LABOUR
(1) Unskilled and semi-skilled labour required for the execution of all labour-intensive works shall be engaged strictly in accordance with prevailing legislation and SANS 1914-5, Participation of Targeted Labour.
13
(2) The rate of pay set for the EPWP is per the government gazette latest rate figures.
Infrastructure Projects under the Expanded Public Works Programme (EPWP), which is repeated here for ease of use.
"In accordance with the Code of Good Practice for Employment and Conditions of Work for Special Public Works Programmes (clause 10.4), the public body must set a rate of pay (task-rate) for workers to be employed on the labour-intensive projects.
Clause 10.4 requires that the following should be considered when setting rates of pay for workers:
10.4.1 The rate set should take into account wages paid for comparable unskilled work in the local area per sector, if necessary.
10.4.2 The rate should be an appropriate wage to offer an incentive for work, to reward effort provided and to ensure a reasonable quality of work. It should not be more than the average local rate to ensure people are not recruited away from other employment and jobs with longer-term prospects.
10.4.3 Men, women, youth, disabled persons and the aged must receive the same pay for work of equal value."
(3) Tasks established by the contractor must be such that:
(aa) the average worker completes 5 tasks per week in 40 hours or less; and
(bb) the weakest worker completes 5 tasks per week in 55 hours or less.
Page | 205
(4) The Contractor must revise the time taken to complete a task whenever it is established that the time taken to complete a weekly task is not within the requirements of 1.1.3.
(5) The Contractor shall, through all available community structures, inform the local community of the labour-intensive works and the employment opportunities presented thereby. Preference must be given to people with previous practical experience in construction and/or who come from households:
(aa) where the head of the household has less than a primary school education;
(bb) that have less than one full-time person earning an income;
(cc) where subsistence agriculture is the source of income;
(dd) those who are not in receipt of any social security pension income.
(6) The contractor must provide monthly statistics to the EMM indicating the number of new jobs created through this contract. This statistic must be provided with each monthly payment certificate using Councils electronic prescribed format, which will be provided by the Project Manager of this project to the successful bidder. Failure to provide the required statistics Council may withhold payment.
(II) SPECIFIC PROVISIONS PERTAINING TO SANS 1914-5
(1) Definition
Targeted labour: Unemployed persons who are employed as local labour on the project.
(2) Contract participation goals
(aa) There is no specified contract participation goal for the contract. The contract participation goal shall be measured in the performance of the contract to enable the employment provided to targeted labour to be quantified.
(bb) The wages and allowances used to calculate the contract participation goal shall, with respect to both time-rated and task-rated workers, comprise all wages paid and any training allowance paid in respect of agreed training programmes.
(3) Terms and conditions for the engagement of targeted labour
Further to the provisions of clause 3.3.2 of SANS 1914-5, written contracts shall be entered into with targeted labour.
14(4) Variations to SANS 1914-5
(aa) The definition for net amount shall be amended as follows:
Financial value of the contract upon completion, exclusive of any value-added tax or sales tax which the law requires the employer to pay the contractor.
(bb) The schedule referred to in 5.2 shall in addition reflect the status of targeted labour as women, youth and persons with disabilities and the number of days of formal training provided to targeted labour.
Page | 206
(III) TRAINING OF TARGETED LABOUR
(1) The Contractor shall provide all the necessary on-the-job training to targeted labour to enable such labour to master the basic work techniques required to undertake the work in accordance with the requirements of the contract in a manner that does not compromise worker health and safety.
(2) The cost of the formal training of targeted labour, will be funded by the provincial office of the Department of Labour. This training will take place as close to the project site as practically possible. The Contractor must access this training by informing the relevant provincial office of the Department of Labour in writing, within 14 days of being awarded the contract, of the likely number of persons that will undergo training and when such training is required. The Employer must be furnished with a copy of this request.
(3) A copy of this training request made by the contractor to the DOL provincial office must also be faxed to the EPWP Training Director in the Department of Public Works – Cinderella Makunike, Fax: 012 328 6820 or email [email protected].
(4) The contractor shall be responsible for scheduling the training of workers and shall take all reasonable steps to ensure that each beneficiary is provided with a minimum of six (6) days of formal training if he/she is employed for 3 months or less and a minimum of ten (10) days if he/she is employed for 4 months or more.
(5) The Contractor shall do nothing to dissuade targeted labour from participating in training programmes.
(6) An allowance equal to 100% of the task rate or daily rate shall be paid by the Contractor to workers who attend formal training, in terms of 1.3.4 above.
(7) Proof of compliance with the requirements of 1.3.2 to 1.3.6 must be provided by the Contractor to the Employer prior to submission of the final payment certificate.
(i) Employment of local labour
It is the intention that this Contract should make maximum use of the local labour force that is presently underemployed. To this end the Contractor shall limit the utilisation on the Contract of non-local employees to that of key personnel only and to employ and train local labour to the extent necessary for the execution and completion of this Contract.
The Contractor shall fill in the form entitled Key Personnel in the Forms to be completed by the Bidder. The data stated on the above-mentioned form will be strictly monitored during the Contract period and any deviations therefrom shall be subject to the prior approval of the Engineer, which approval shall not be unreasonably withheld.
The employment of casual labour will be done in co-operation with community leaders and local structures. The bidder shall ensure that all remuneration paid to employees is in line with the relevant sectorial determination in terms of the Basic Conditions of Employment Act, No 75 of 1997, as determined by the Department of Labour
Page | 207
(j) Monthly statements and payment certificates
The statement to be submitted by the Contractor in terms of Clause 49 of the Conditions of Contract shall be prepared by the Contractor at his own cost, strictly in accordance with the standard payment certificate prescribed by the Engineer, in digital electronic computer format. The Contractor shall, together with a copy of the digital electronic computer file of the statement, submit two (2) A4 size paper copies of the statement.
For the purposes of the Engineer’s payment certificate, the Contractor shall subsequently be responsible, at his own cost, for making such adjustments to his statement as may be required by the Engineer for the purposes of accurately reflecting the actual quantities and amounts which the Engineer deems to be due and payable to the Contractor in the payment certificate.
The Contractor shall, at his own cost, make the said adjustments to the statement and return it to the Engineer within three (3) normal workings days from the date on which the Engineer communicated to the Contractor the adjustments required. The Contractor shall submit to the Engineer five (5) sets of A4 size paper copies of such adjusted statement, together with a copy of the electronic digital computer file thereof.
Any delay by the Contractor in making the said adjustments and submitting to the Engineer the requisite copies of the adjusted statement for the purposes of the Engineer’s payment certificate will be added to the times allowed to the Engineer in terms of Subclause 49.4 of the Conditions of Contract to submit the signed payment certificate to the Employer and the Contractor. Any such delay will also be added to the period in which the Employer is required to make payment to the Contractor.
(k) Construction in restricted areas
Working space is sometimes restricted. The construction method used in these restricted areas largely depends on the Contractor's Plant. Notwithstanding, measurement and payment will be strictly according to the specified cross-sections and dimensions irrespective of the method used, and the rates and prices bidded will be deemed to include full compensation for any difficulties encountered by the Contractor while working in restricted areas. No extra payment nor any claim for payment due to these difficulties will be considered.
(l) Notices, signs, barricades and advertisements
All notices, signs and barricades, as well as advertisements, may be used only if approved by the Engineer. The Contractor shall be responsible for their supply, erection, maintenance and ultimate removal and shall make provision for this in his bidded rates.
The Engineer shall have the right to instruct the Contractor to move any sign, notice or advertisement to another position, or to remove it from the Site of the Works if in his opinion it is unsatisfactory, inconvenient or dangerous.
(m) Workmanship and quality control
The onus to produce work that conforms in quality and accuracy of detail to the requirements of the Specifications and Drawings rests with the Contractor, and the Contractor shall, at his own expense, institute a quality control system and provide suitably qualified and experienced engineers, foremen, surveyors, materials technicians, other technicians and technical staff, together with all transport,
Page | 208
instruments and equipment to ensure adequate supervision and positive control of the Works at all times.
The cost of supervision and process control, including testing carried out by the Contractor, will be deemed to be included in the rates bidded for the related items of work.
The Contractor's attention is drawn to the provisions of the various Standardized Specifications regarding the minimum frequency of testing required. The Contractor shall, at his own discretion, increase this frequency where necessary to ensure adequate control.
On completion and submission of every part of the work to the Engineer for examination and measurement, the Contractor shall furnish the Engineer with the results of the relevant tests, measurements and levels to demonstrate the achievement of compliance with the Specifications.
C3.4.2.6 Extension of time due to abnormal rainfall
(a) Extension of time in respect of delays resulting from wet climatic conditions on the Site will only be considered in respect of abnormally wet climatic conditions and shall be determined for each calendar month or part thereof, in accordance with the formula given below:
V = (Nw - Nn) + (Rw - Rn)/X
in which formula the symbols shall have the following meanings:
V = Potential extension of time in calendar days for the calendar month under consideration:
If V is negative and its absolute value exceeds Nn, then V shall be taken as equal to minus Nn.
When the value of V for any month exceeds the number of days in the particular month, V will be the number of days in the month.
Nw = Actual number of days in the calendar month under consideration on which a rainfall of Y mm or more was recorded on the Site
Nn = Average number of days, derived from existing records of rainfall in the region of the Site, on which a rainfall of Y mm or more was recorded for the calendar month
Rw = Actual rainfall in mm recorded on the Site in an approved rain gauge for the calendar month under consideration
Rn = Average rainfall in mm for the calendar month, derived from existing records of rainfall in the region of the Site
The factor (Nw - Nn) shall be deemed to be a fair allowance for variations from the average number of days during which the rainfall exceeds Y mm.
The factor (Rw - Rn)/X shall be deemed to be a fair allowance for variations from the average number of days during which the rainfall did not exceed Y mm but wet conditions prevented or disrupted work.
(b) The rainfall records at rainfall station number 04/6399 Johannesburg int WO for the period 1989 to 2006 are reproduced in the accompanying table, and the monthly averages (Rn and Nn) for this period shall, for the purposes of this Contract be taken as normal and as the values to be substituted for Rn and Nn in the formula above. The values of X and Y shall be 20 and 10 respectively.
The potential extension of time V has been calculated for each month and year of the period concerned to indicate the possible effect of the rainfall formula. The values of
Page | 209
V were obtained by applying the rainfall formula and using the actual rainfall figures and the calculated values of Rn and Nn indicated in the table.
(c) The Contractor shall, at his own cost, provide and erect on the Site at a location approved by the Engineer, an approved rain gauge, which shall be fenced off in a manner which will prevent any undue interference by workmen and others. The Contractor shall, at his own cost, arrange for the reading of the rain gauge on a daily basis for the duration of the Contract. The gauge readings, as well as the date and time at which the reading was taken shall be recorded in a separate record book provided by the Contractor for this purpose. All entries in the rainfall record books shall be signed by the person taking the reading and the gauge shall be properly emptied immediately after each reading has been taken. If required by the Engineer, the Engineer shall be entitled to witness the reading of the gauge.
(d) The Contractor’s claims in terms of Subclause 42.2 of the Conditions of Contract for extension of time in respect of delays resulting from wet climatic conditions on the Site during each month, shall be submitted in writing to the Engineer monthly; provided always that
(i) the period allowed to the Contractor in terms of Clause 48 of the Conditions of Contract in which to submit his claim for each month shall be reduced to seven (7) days, calculated from the last day of the month to which the claim applies; and
(ii) the 28-day period allowed to the Engineer in terms of Subclause 42.2 of the Conditions of Contract in which to give his ruling on the claim, shall be reduced to fourteen (14) days.
The Contractor’s monthly claim shall be accompanied by a copy of the signed daily rainfall readings for the applicable month.
(e) The extent of any extension of time which may be granted to the Contractor in respect of wet climatic conditions (whether normal or abnormal) shall be determined as the algebraic sum of the "V" values for each month between the Commencement Date and the Due Completion Date of the Contract, calculated in accordance with subclause C3.4.2.6(a) above;provided always that
(i) rainfall occurring within the period of the Contractor’s Christmas shut-down period (referred to in Subclause 1.6 of the Conditions of Contract) shall not be taken into account in the calculation of the monthly "V" values;
(ii) rainfall occurring during any period during which the Contractor was delayed due to reasons other than wet climatic conditions on the Site, and for which delay an extension of time is granted by the Engineer, shall not be taken into account in the calculation of the monthly "V" values;
(iii) if the algebraic sum of the "V" values for each month is negative, the time for completion will not be reduced on account of subnormal rainfall, and
(iv) where rainfall is recorded only for part of a month, the "V" value shall be calculated for that part of the month using pro rata values for Nn and Rn.
(f) The Engineer shall, simultaneous with granting any extension of time in terms of this clause, revise the Due Completion Date of the Contract to reflect an extension of time having been granted in respect of wet climatic conditions, to the extent of the algebraic sum of all the "V" values for all the preceding months of the Contract, less the aggregate of the "Nn" values for the remaining (unexpired) months of the Contract (viz less aggregate of the potential maximum negative "V" values for the remaining Contract Period). Thus, provided that where such period is negative, the Due Completion Date shall not be revised.
(g) Any extension of time in respect of wet climatic conditions granted in terms of this clause shall not be deemed to take into account delays experienced by the Contractor in repairing or reinstating damage to or physical loss of the Works arising from the
Page | 210
occurrence of abnormal climatic conditions. Extension of time in respect of any such repairs or reinstatement regarding damage shall be the subject of a separate application for extension of time in accordance with the provisions of Clause 42 and Clause 48 of the Conditions of Contract.
RAINFALL TABLE
LEGEND RAINFALL DATA AVAILABLE FROM: 1989-2006
'AVE' represents the average rainfall for the month 'ST DEV' represents the standard deviation from the normal S = SQRT (SUM(X*X)/n - (AVE(x) * AVE(x))) 'N DAY RAIN' represents the average number of rain days per month 'NUM MON' represents the number of months used in the calculation 'r1 r2' represents the average number of raindays in range r1 to r2 inclusive 'MAX R DAY' represents the maximum rainfall that occurred over a 24-hour period. (08:00-08:00) 'MAX RAIN DATE' represents the date on which the maximum 24 hour rainfall occurred DATA FOR THE AVERAGE CALCULATION ARE NOT USED IF : 1. There are more than 5 consecutive days of accumulation 2. The data for certain days in the month unavailable 3. The accumulation period occurred at the end of a month DATA FOR THE FREQUENCY CALCULATION ARE NOT USED IF : 1. Accumulation occurred in the month 2. The data for certain days in the month are unavailable
1989 2006 (Extracted 29 March 2007)
0476399 0
JOHANNESBURG INT WO
Lat:-26.1500 Lon:28.2300
Height:1695 m
Month AVE ST
DEV N DAY RAIN
NUM MON
r1-r2 1,0-5,0
r1-r2 5,1-10,0
r1- r2 10,1-20,0
r1-r2 20,1-50,0
r1-r2 50,1-100,0
r1-r2 100,1-900,0
MAX R DAY
MAX RAIN DATE
JAN 133,5 31,5 15,7 17 3,2 2,8 2,2 2,4 0 0 49 13-Jan-01
FEB 125,3 78,1 13,2 17 3,1 1,4 1,8 1,9 0,3 0 65 11-Feb-96
MAR 103,8 69,1 12,8 17 3,6 1,5 2,2 1,1 0,2 0 73,4 04-Mar-97
APR 40 29,8 7,8 17 2,4 1,2 0,5 0,5 0,1 0 50,3 28-Apr-90
MAY 21,9 29,7 3,8 17 0,8 0,4 0,3 0,4 0 0 43,2 31-May-02
JUN 7,3 12,6 2,4 18 0,8 0,1 0,2 0,1 0 0 27,9 03-Jun-89
JUL 1,5 3,6 0,9 18 0,1 0,1 0,1 0 0 0 14,5 02-Jul-04
AUG 7,9 9,4 3 18 0,6 0,3 0,1 0,1 0 0 21 27-Aug-02
SEP 16,4 23,5 4,4 18 1,2 0,4 0,2 0,1 0,1 0 82,4 12-Sep-01
OCT 71,6 43,8 12,2 18 3,2 1,8 1,2 1,1 0,1 0 50,2 25-Oct-01
NOV 96,4 55,1 14,3 18 4,2 2,2 2,5 0,9 0,1 0 65,9 12-Nov-97
DEC 123 49,5 18,5 18 5,1 3 3,1 1,4 0,1 0 74,8 16-Dec-95
Page | 211
.3 PLANT AND MATERIALS
C3.4.3.1 Plant and materials supplied by the employer
None
C3.4.3.2 Materials, samples and shop drawings
(a) Samples
Materials or work which do not conform to the approved samples submitted in terms of Subclause 23.4 of the Conditions of Contract, will be rejected. The Engineer reserves the right to submit samples to tests to ensure that the material represented by the sample meets the specification requirements.
The costs of any such tests conducted by or on behalf of the Engineer, the results of which indicate that the samples provided by the Contractor do not conform to the requirements of the Contract, shall, in accordance with the provisions of Subclause 23.7 of the Conditions of Contract, be for the Contractor’s account.
C3.4.4 CONSTRUCTION EQUIPMENT
C3.4.4.1 Requirements for equipment
All equipment used must be fit for purpose and must be in an excellent working condition and should not pose a danger to workers. Any equipment requiring calibration must be calibrated prior to site establishment and the certificates be kept on site at all times
C3.4.4.2 Equipment provided by the employer
None
C3.4.5 EXISTING SERVICES
C3.4.5.1 Known services
There is existing water, electrical cables, fibre cables and sewerage services in the area that construction will take place. Maps will be provided indicating the position of these services.
C3.4.5.2 Treatment of existing services
Existing services should be exposed by hand. C3.4.5.3 Use of detection equipment for the location of underground services
The Contractor shall at their own cost supply such equipment to assist with detection
C3.4.5.4 Damage to services
Damage to existing services must be reported immediately to the relevant EMM departments. The contractor must have the emergency numbers of water, electricity and sewerage on hand before site establishment. If existing services are going to be crossed by any electrical cables the contractor must install pre-cast concrete blocks to protect the cable.
C3.4.5.5 Reinstatement of services and structures damaged during construction
If damage to an existing service has occurred the contractor must inform the relevant department immediately and proceed to reinstate the service to the same as the original quality. The cost of reinstating the service will be for the contractor’s account.
YR 748,5 109 ` 15,2 14,2 10,2 0,8 0
Page | 212
C3.4.6 VARIATIONS AND ADDITIONS TO SABS 1200 STANDARDIZED SPECIFICATIONS
AND PARTICULAR SPECIFICATIONS
None PARTICULAR SPECIFICATIONS B 1231 LABOUR BASED CONSTRUCTION METHODS
Bidders must take into consideration that the following works may only be constructed using labour-based construction methods:
a) Excavation to expose existing services.
b) Hand excavation for concrete lined open drains.
c) Concrete lining for open drains.
d) Construction of all edge beams.
e) Preparation of bedding material for stormwater pipes.
f) Finishing of road reserve.
Where Bidders propose to use additional labour-based methods, the methods must be stated as well as the activities. It will reflect positively on the Bidder’s bid if he should use more labour-based methods.
PLI 1 Scope
This specification establishes general requirements for activities which are to be executed by hand involving the following:
(a) trenches having a depth of less than 1,5 metres
(b) stormwater drainage
(c) low-volume roads and sidewalks
15
PLI 2 Precedence
Where this specification is in conflict with any other standard or specification referred to in the Scope of Works to this Contract, the requirements of this specification shall prevail.
PLI 3 Hand excavatable material
Hand excavatable material is material:
(a) Granular materials:
(i) whose consistency when profiled may in terms of table 1 be classified as very loose, loose, medium dense, or dense; or
Page | 213
(ii) where the material is a gravel having a maximum particle size of 10 mm and contains no cobbles or isolated boulders, no more than 15 blows of a dynamic cone penetrometer is required to penetrate 100 mm.
(b) Cohesive materials:
(i) whose consistency when profiled may in terms of table 1 be classified as very soft, soft, firm, stiff and stiff / very stiff; or
(ii) where the material is a gravel having a maximum particle size of 10 mm and contains no cobbles or isolated boulders, no more than 8 blows of a dynamic cone penetrometer is required to penetrate 100 mm;
Note: (1) A boulder, a cobble and gravel is material with a particle size greater than 200 mm, between 60 and 200 mm.
(2) A dynamic cone penetrometer is an instrument used to measure the insitu shear resistance of a soil comprising a drop weight of approximately 10 kg which falls through a height of 400 mm and drives a cone having a maximum diameter of 20 mm (cone angle of 60° with respect to the horizontal) into the material being used.
Table 1: Consistency of materials when profiled
Granular materials Cohesive materials Consistency Description Consistency Description Very loose Crumbles very easily
when scraped with a geological pick.
Very soft Geological pick head can easily be pushed in as far as the shaft of the handle.
Loose Small resistance to penetration by sharp end of a geological pick.
Soft Easily dented by thumb; sharp end of a geological pick can be pushed in 30 - 40 mm; can be moulded by fingers with some pressure.
Medium dense Considerable resistance to penetration by sharp end of a geological pick.
Firm Indented by thumb with effort; sharp end of geological pick can be pushed in upto 10 mm; very difficult to mould with fingers; can just be penetrated with an ordinary hand spade.
Dense Very high resistance to penetration by the sharp end of geological pick; requires many blows for excavation.
Stiff Can be indented by thumb-nail; slight indentation produced by pushing geological pick point into soil; cannot be moulded by fingers.
Very dense High resistance to repeated blows of a
Very stiff Indented by thumb-nail with difficulty;
Page | 214
geological pick. slight indentation produced by blow of a geological pick point.
PLI 4 Trench excavation
All hand excavateable material in trenches having a depth of less than 1,5 metres shall be excavated by hand.
PLI 5 Compaction of backfilling to trenches (areas not subject to traffic)
Backfilling to trenches shall be placed in layers of thickness (before compaction) not exceeding 100 mm. Each layer shall be compacted using hand stampers
(a) to 90% Proctor density;
(b) such that in excess of 5 blows of a dynamic come penetrometer (DCP) is required to penetrate 100 mm of the backfill, provided that backfill does not comprise more than 10% gravel of size less than 10 mm and contains no isolated boulders, or
(c) such that the density of the compacted trench backfill is not less than that of the surrounding undisturbed soil when tested comparatively with a DCP.
PLI 6 Excavation
All hand excavateable material including topsoil classified as hand excavateable shall be excavated by hand. Harder material may be loosened by mechanical means prior to excavation by hand.
The excavation of any material which presents the possibility of danger or injury to workers shall not be excavated by hand.
PLI 7 Clearing and grubbing
Grass and small bushes shall be cleared by hand.
PLI 8 Shaping
All shaping shall be undertaken by hand.
PLI 9 Loading
All loading shall be done by hand, regardless of the method of haulage.
PLI 10 Haul
Excavation material shall be hauled to its point of placement by means of wheelbarrows where the haul distance is not greater than 150 m.
PLI 11 Offloading
All material, however transported, is to be off-loaded by hand, unless tipper-trucks are utilised for haulage.
PLI 12 Spreading
All material shall be spread by hand.
PLI 13 Compaction
Small areas may be compacted by hand provided that the specified compaction is achieved.
PLI 14 Grassing
All grassing shall be undertaking by sprigging, sodding, or seeding by hand.
PLI 15 Stone pitching and rubble concrete masonry
Page | 215
All stone required for stone pitching and rubble concrete masonry, whether grouted or dry, must to be collected, loaded, off loaded and placed by hand.
Sand and stone shall be hauled to its point of placement by means of wheelbarrows where the haul distance is not greater than 150 m.
Grout shall be mixed and placed by hand.
PLI 16 Manufactured elements
Elements manufactured or designed by the contractor, such as manhole rings and cover slabs, precast concrete planks and pipes, masonry units and edge beams shall not individually, have a mass of more than 320 kg. In addition, the items shall be large enough so that four workers can conveniently and simultaneously acquire a proper handhold on them.
SCHEDULES OF QUANTITIES Note: Labour-intensive works must be highlighted in the schedules/bills of quantities for
the payment items relating to labour-intensive works.
The following wording, as appropriate, may be included in the preamble or pricing instructions to the schedules/bills of quantities in the contract with the contractor:
1 Those parts of the contract to be constructed using labour-intensive methods have been marked in the bill of quantities with the letters LI in a separate column filled in against every item so designated. The works, or parts of the works so designated are to be constructed using labour-intensive methods only. The use of plant to provide such works, other than plant specifically provided for in the scope of work, is a variation to the contract. The items marked with the letters LI are not necessarily an exhaustive list of all the activities which must be done by hand, and this clause does not over-ride any of the requirements in the generic labour intensive specification in the Scope of Works.
2 Payment for items which are designated to be constructed labour-intensively (either in this schedule or in the Scope of Works) will not be made unless they are constructed using labour-intensive methods. Any unauthorised use of plant to carry out work which was to be done labour-intensively will not be condoned and any works so constructed will not be certified for payment.
The following payment items should be included in the bill of quantities:
Item
Description
Unit
Quantity
Rate
Amount
Training allowance paid to targeted labour in terms of formal training Extra over for the administration of payment of training allowances to targeted labour Transport and accommodation of workers for training where it is not possible to undertake the training in close proximity to the site. (Provisional sum)
Person days Person days Sum
(insert quantity) (as above) (insert provisional sum)
(insert specified day rate)
Page | 216
C3.5 MANAGEMENT OF THE WORKS
C3.5.1 GENERIC SPECIFICATIONS
The SABS 1200 Standardized Specifications listed in 4.1.1 are applicable. 1.0: GENERAL SCOPE OF WORK: 1.1 Background: The Ekurhuleni Metropolitan Municipality wishes to invite the Bids for Supply, Delivery and Commissioning of 33kV Equipment for new 33/6.6kV Transformer Bays at Eden Park Substation and Supply, Delivery and Commissioning of 33/6.6kV 20MVATransformers with other accessories at Eden Park Substation. Presently Eden Park Substation is being used as a switching station and has 6.6kV MV Feeders, Eden Park is fed from Alberts Dale 3 x 20MVA Power Transformers via 6.6kV MV Cables. EMM wishes to add new supply of 2 x 20MVA 33/6.6kV at Eden Park Substation by installing new 2 x transformer Bays. The Equipment supplied shall confirm, in all respects to the high standards of Engineering design and workmanship and be capable of performing in continuous commercial operation in a manner acceptable to the EMM who will interpret the meaning of specifications and shall have the power to reject any work or material, which in his judgment are not in full accordance therewith. Notes to Bidders: This Specification covers one Main Project as outlined on the background information, which has been subdivided into three Projects to allow multiple appointments of Contractors. Contractors to Refer to the Project Scope of Work as outlined below on the Scope of work section for the Items required per each Project. Scope of work: The scope of work under this DESIGN covered, as per specification Covers two Projects Namely under PART A: Project 1: Eden Park Substation Install new 2 x 20MVA 33/6.6kV TRFs. Project 2: Albertsdale Substation Install new 2 x 33kV FDR Bays, and Alberts Dale- Eden Park Install new 2 x 33kV x 4.2kM Cable Feeders. PART A: EDEN PARK SUBSTATION Project 1: Eden Park Substation Install new 2 x 20MVA 33/6.6kV TRFs.
Supply & Commissioning Work
1) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33/6.6kV, 20MVA Power Transformer (ONAN) with OLTC, RTCC Panel, Built in CTs, complete with all accessories as specified, Moisture and Gas Analyser- 2 Set
2) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
33kV, 2500A, I/D Gas Insulated Circuit Breaker (Incomers) with spring charging
Page | 217
mechanism, complete with all accessories like Built in CT’s, Isolating Switches, Arc flash protection, structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 2 Set
3) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
33kV, 2500A, I/D Gas Insulated Circuit Breaker (TRF Feeders) with spring charging mechanism, complete with all accessories like Built in CT’s, Isolating Switches, Arc flash protection structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 2 Set
4) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV, 2500A, I/D Gas Insulated Bus Section Breaker with spring charging mechanism, complete with all accessories like Built in CT’s and VT’s, Isolating Switches, Arc flash protection structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 1 Set
5) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
6.6kV, 2500A, I/D Metal Clad Switch Gear (TRF Breakers) with spring charging mechanism, complete with all accessories like Built in CT’s, Isolating Switches, structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 2 Set
6) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
6.6kV, 2500A, I/D Metal Clad Switch Gear (Bus Section) with spring charging mechanism, complete with all accessories like Built in CT’s, Isolating Switches, structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 1 Set
7) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
6.6kV, B/B VT’s with PTs mechanism, complete with all accessories like structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 2 Set
8) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 6.6kV, 800A, I/D Metal Clad Switch Gear (MV Feeders) with spring charging mechanism, complete with all accessories like Built in CT’s, Isolating Switches, structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified. - 18 Set
9) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV Combo type Control & Relay Panel for Transformer Protection, complete facility and all accessories, all Nuts & Bolts, and miscellaneous steel required for Installation etc. (Refer to Control Plant SPEC)
10) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV CES, complete with all accessories like,33kV surge arrestors, Lattice structure, Nuts & Bolts, Connectors as specified–2 Nos
11) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 6.6kV CES, complete with all accessories like Lattice structure, Nuts & Bolts, Connectors as specified–2 Nos
12) Design, Manufacture, Supply, Delivery, Installation, Testing and Commissioning of 6.6kV 2500A Disconnecting Switch, with Earth Switch, complete with all accessories like Lattice structure, Connectors, all Nuts & Bolts etc., as specified for Eden Park Sub–TRF Isolators. 2 Set
Page | 218
13) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
6.6kV, 50kVA Power Transformer (ONAN) ground Mount O/D Dry type complete with all accessories as specified, - 2 Set
14) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 6.6kV, NER O/D Panel with Built in CTs, complete with all accessories as specified, - 2 Set
15) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 6.6kV NER knife Link, complete with all accessories like steel supports, Nuts & Bolts, Connectors as specified–2 Nos
16) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 2 x 14m Lightning Mast, complete with all accessories like steel supports, Nuts & Bolts, Connectors and 4 x 400W luminaries per structure unit as specified–2 Nos Civil Works/Steel Structure Notes: The Civil scope of works includes a) All the civil work such as supply of new Concrete works, structures bolts and nuts,
50mm Earthing strips, 10mm earth rods (Earth Mat), Brazing & bonding for construction of new foundations and platforms for Isolators, Gate posts, Fence structures, CES, NER, Aux TRF, Power TRF, Fire Wall, Cable Trench Covers, Control and Switch room, Lightning Masts and any other Substation equipment’s foundation and for transformer Oil holding Dam and other equipment as specified.
b) Clearing and striping, Site grading, Levelling etc required during installation work shall
be included in the installation cost. Crushed 25mm yard stonning Rock Surfacing removed during excavation Work shall be replaced after washing or removal of the soil, dirt’s in the Switchyard. New Yard stonning for the new Eden Park Substation and extra surfacing rock if required, it shall be added by the Contractor.
c) Dismantling of existing structures at Eden Park and 2 x Terminal Structures, and
shifting cables to the new temporary location or handover to EMM. d) Dismantling of existing 2 x Terminal structures foundation for installation of the new
above specified equipment for successful completion of works, wherever required. e) Construction of Water runoff V-Drainage system as required. f) All rates quoted shall include any work deemed necessary for the completion but not
specified specifically like breakage of existing fence foundations, structure modification, shifting of existing 6.6kV MV metal clad switch gear equipment and re-install at any other EMM unspecified locations within 100km radius.
Electrical & Miscellaneous Works: Stringing and Cabling Works. Notes: The Electrical scope of works includes
Page | 219
a) All the Electrical work such as excavate, supply of backfill material, spoil left over soils, backfill and compact, transitional jointing, terminating , bi-metallic lugs for installations of new Electrical works.
b) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV XLPE 630mm 1C Cu Power Cable, complete with termination & all accessories, all lugs and ferrules, and miscellaneous items required for Installation etc. As Required (840m)
c) Centipede and Bull Conductors with all accessories, Fittings & Connectors - As Required (300m).
d) 6.6kV MV XLPE Power 630mm 1C Cu Cables, and Control Cables and necessary Wires complete, with terminal lugs and accessories - As Required (1260m)
e) 6.6kV MV XLPE Power 95mm & 240mm 3C Cu Cables, and necessary Wires complete,
with terminal lugs and accessories - As Required (600m) f) Metering, relaying, alarms, AC /DC Supply and any other cable and wires required for
interconnection with New & Existing Equipment. The Contractor shall use the reusable existing cables and provide new cables where required. (Refer to Control SPEC)
g) Supply and delivery of miscellaneous materials, grounding materials, conductors,
clamps etc. h) Dismantling of Existing control equipment and its removal as required during the
installation (Refer to Control SPEC). i) Dimensions and colours of the new equipment should be as per the existing
equipment’s or approved by EMM. j) All control signals and indications facilities of the existing equipment’s shall be properly
provided in the panels (Refer to Control SPEC). k) The new system shall be suitably and properly integrated with the existing system for
proper functioning. l) Dismantling of any existing perimeter fence structure for installation of the specified
equipment for successful completion of perimeter clear view fence works, wherever required.
m) Construction of new cable trench for Control cables and Power cables as required.
n) Construction of Drainage system as required.
o) All rates quoted shall include any work deemed necessary for the completion but not specified specifically like breakage of existing foundations, structure modification, re-routing or shifting of existing equipment or cables.
Project 2: Albertsdale Substation Install new 2 x 33kV FDR Bays.
Page | 220
Supply & Commissioning Work.
1) Design, Manufacture, Supply, Delivery, Installation, Testing and Commissioning of 33kV, 2500A Disconnecting Switch, without Earth Switch, complete with all accessories like Lattice structure, Connectors, all Nuts & Bolts etc., as specified for Alberts Dale Sub–Busbar Isolators-2 Set.
2) Design, Manufacture, Supply, Delivery, Installation, Testing and Commissioning of 33kV,
2500A Disconnecting Switch, with Earth Switch, complete with all accessories like Lattice structure, Connectors, all Nuts & Bolts etc., as specified for Alberts Dale Sub–33kV fdr Isolators.-2Set
3) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
33kV Post Type O/D Current Transformer 1600A, complete with all accessories like Lattice structure, Nuts & Bolts, Connectors as specified. – 6 Nos
4) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of
33kV Post Type O/D Voltage Transformer, complete with all accessories like Lattice structure, Nuts & Bolts, Connectors as specified.3 Nos
5) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV, 1600A, O/D Post type BKRs with spring charging mechanism, complete with all accessories, Lattice Structure, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified -2 Set
6) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV CES, complete with all accessories like,33kV surge arrestors, Lattice structure, Nuts & Bolts, Connectors as specified–2Nos
7) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV, 10m x 120mm x 4mm Tubular B/B complete with all accessories, Lattice Structure, Post Insulators, all B/B Clamps, all Nuts & Bolts, and miscellaneous steel required for Installation etc. as specified -3Nos
Civil Works/Steel Structure Notes: The Civil scope of works includes
a) All the civil work such as supply of new Concrete works, structures bolts and nuts, 50mm Earthing strips, 10mm earth rods (Earth Mat), Brazing & bonding for construction of new foundations and platforms for Isolators, CES, CT’s, VT’s, B/B ,BKR’s, Cable Trench Covers, and any other Substation equipment’s as specified.
b) Clearing and striping, Site grading, Levelling etc required during installation work shall be
included in the installation cost. Crushed 25mm yard stonning Rock Surfacing removed during excavation Work shall be replaced after washing or removal of the soil, dirt’s in the Substation. New Yard stonning for the new Alberts Dale Substation and extra surfacing rock if required, it shall be added by the Contractor.
c) Dismantling of existing structures at Alberts Dale Sub 1 x 33kV VT’s, and shifting steel structures to the new location or handover to the EMM.
d) Dismantling of existing 1 x 33kV VT’s structures foundation for installation of the new above
Page | 221
specified equipment for successful completion of works, wherever required.
e) All rates quoted shall include any work deemed necessary for the completion but not specified specifically like breakage and removal of existing 33kV VT’s equipment and re-install at any other EMM unspecified locations within 100km radius.
Electrical & Miscellaneous Works: Stringing and Cabling Works. Notes: The Electrical scope of works includes
a) All the Electrical work such as excavate, supply of backfill material, spoil left over soils, backfill and compact, terminating for installations of new Electrical works.
b) Centipede and Bull Conductors with all accessories, Fittings & Connectors - As Required
(156m)
c) Metering, relaying, alarms, AC /DC Supply and any other cable and wires required for interconnection with New & Existing Equipment. The Contractor shall use the reusable existing cables and provide new cables where required. (Refer to Control SPEC)
d) Supply and delivery of miscellaneous materials, grounding materials, conductors, clamps etc.
e) Dimensions and colours of the new equipment should be as per the existing equipment’s or approved by EMM.
f) All control signals and indications facilities of the existing equipment’s shall be properly
provided in the panels (Refer to Control SPEC).
g) The new system shall be suitably and properly integrated with the existing system for proper functioning.
h) Construction of new cable trench for Control cables and Power cables as required.
i) All rates quoted shall include any work deemed necessary for the completion but not
specified specifically like breakage of existing foundations, structure modification, re-routing or shifting of existing equipment or cables.
Project 2 continues: Albertsdale- Eden Park Install new 2 x 33kV x 4.2kM Cable Feeders. Supply & Commissioning Work.
1) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 33kV XLPE Power Cable 800mm 1C Aluminium Cable, complete with terminations & all accessories, all lugs and ferrules, and miscellaneous items required for Installation etc. As Required. (25200m)
2) Design, Manufacture, Supply, Delivery, Storage, Installation, Testing and Commissioning of 48Cores heavy duty Direct Buried Double Jacket Fibre Optic Cable Single mode, complete with mid fusion joint connectors, Fibre Connectors, Adaptors & all accessories, Fibre Convertors, and miscellaneous items required for Installation etc. As Required (4200m)
3) Supply for drilling and any other 160mm PVC sleeves for directional drilling cable and
bentonite material required for sealing of PVC Equipment where required.(900m).
Page | 222
4) Supply and delivery of miscellaneous materials, grounding materials, conductors etc.
5) Supply and delivery of
miscellaneous materials, Cable protection slabs, where required for 1500m, Contractor to re-use existing slabs if in good condition.
6) Supply and delivery of miscellaneous materials, Cable protection concrete 100mm x 1000mm, where required for 2800m.
7) Dimensions and colours of the new equipment should be as per the existing cabling.
8) All control signals and indications facilities of the existing equipment’s shall be properly
provided in the panels.
9) The new system shall be suitably and properly integrated with the existing system for proper functioning.
Electrical & Miscellaneous Works: Stringing and Cabling Works.
Notes: The Electrical scope of works includes
a) All the Electrical work such as excavate, supply of backfill material, spoil left over soils, backfill and compact, terminating, jointing for installations of new Electrical works.
b) All rates quoted shall include any work deemed necessary for the completion but not specified specifically like cable laying, removal and re-installation of existing slabs, removing or shifting of existing cables on the same route of the new 33kV cable trench.
Page | 223
SECTION-II
GENERAL TECHNICAL SPECIFICATION (COMMON TO ALL PARTS)
2.0 (COMMON TO ALL PARTS)
2.1 GENERAL REQUIREMENTS: 2.2 Wiring Control and Switch Room.
Wiring shall be done in accordance with the following general requirement. 2.1.1 All wiring shall be done in general purpose 600V PVC Copper wire complying with IEC. The
Wire size shall not be less than 2.5Sq.mm for current circuit. All wire cores shall be multi-stranded and flexible.
2.1.2 Wires should be bunched and adequately supported so as to prevent sagging and strain on
termination. 2.1.3 Joints and splices in wiring will not be acceptable. 2.1.4 All termination shall be made with compression type connectors. Wires shall not be spliced
or tapped between terminal points. 2.1.5 Not more than two wires should be connected to any terminal points. If required, numbers
of terminals shall be jumped together to provide additional wiring points. 2.1.6 Wiring leads and cable cores shall be permanently marked at both ends with an approved
type of marking device having black letters and numbers impressed on white background. 2.2 Cable Termination
Marshaling box shall be designed to facilitate cable entry from bottom. Removable plates shall be furnished with compression type cable glands to make entry dust proof and no weight is transferred to the terminal. The glands shall be suitable for terminating Cable Armor.
Sufficient space shall be provided to avoid sharp bending and for easy connection. A minimum space of 200mm from the gland plate to the EMM rest terminal block should be provided.
2.3 Terminal Blocks 2.3.1 Multi-way Terminal Blocks complete with screws, nuts, washers and marking strips for
terminal identification shall be furnished for terminating the internal wiring and outgoing cables.
2.3.2 Control Terminals shall be Washer head screw type, each suitable for connection of at-
least two numbers of copper conductor cables of requisite cross section at each end through compression type (solderless) lugs. Screw type terminal with screw directly impinging on conductor or any other type of terminal which does not accept compression type lugs, are not acceptable. The successful Bidder shall have to take prior approval of the terminals to be used in the Block from EMM.
Page | 224
2.3.3 Each Terminal shall be marked with designations obtained from schematic diagrams. At-
least 20% spare Terminals shall be provided in the Terminal Blocks. 2.3.4 Terminal blocks to be used with the Current Transformer secondary wiring, both at
the panels and cubicles, shall be provided with the shorting links with facility to open circuit or short circuit the CT secondary.
2.4 Painting Works 2.4.1 All sheet steel works shall be phosphated in accordance with the following procedure and in
according with EMM standards. 2.4.2 Oil, Grease, Dirt shall be thoroughly cleaned by emulsion cleaner. 2.4.3 Rust and Scales shall be removed by pickling with dilute acid followed by washing with
running water, rinse with slightly alkaline hot water and drying. 2.4.4 After Phosphating, thorough rinsing shall be carried out with clean water, followed by final
rinsing with dilute dichromate solution and even drying. 2.4.5 The Phosphate coating shall be sealed by the application of Two Coats of stoving type Zinc
Chromate primer. The first coat may be "flash dried" while the second coat shall be stoved. 2.4.6 After application of the Primer, Two coats of finishing synthetic Enamel Paint shall be
applied, each coat followed by stoving. Touch up shall be applied after completion of Tests. The color for the finishing paint shall be light Grey or as approved by EMM.
2.4.7 The Final finished thickness of paint film on steel shall not be less than 100microns. 2.4.8 Finished painted surface shall present aesthetically pleasing appearance from runs and
drips. 2.4.9 A small quantity of finishing paint shall be supplied for minor touching up required at site
after the installation. 3.0 CODES & STANDARDS 3.1 All Equipment supplied under this Contract shall conform to or be of higher quality than the
latest applicable standard as per relevant IEC and EMM standards 3.2 If the Specification contained in this Contract conflict in any way with the reference
Standards, the Specification shall take precedence. If there are conflicts between different specified standards covering the same materials or equipment, the standard, which will provide the highest quality and most suitable application, as determined by the EMM shall prevail.
3.3 The Contractor may propose alternative standard or equipment, which shall be equal to
those specified. If the Contractor for any reason proposes alternatives to or deviations from the above standards, the Contractor shall state the exact nature of the change, the reason for making the change and shall submit with relevant Specifications of the Equipment in the original Language, and in case that these are written in languages other than English, the English version shall be attached and shall govern.
Page | 225
Page | 226
4.0 CONDITIONS OF SERVICE 4.1 All Plants and Equipment supplied under this Contract shall be suitable for the following
Site and System Conditions.
4.1.1 System Electrical parameters
Rated Service Condition : 33kV Highest System Voltage : 36kV Impulse Voltage Withstand Level : 170kV Rated Service Condition : 6.6kV Impulse Voltage Withstand Level : 75kV Number of Phases : 3 or 1 Frequency : 50Hz Basic Insulation Level (BIL) : 200kV Fault Level (1s) : 31.5kA
4.1.2 Climatic Conditions
All Plants and Equipment supplied under the Contract shall be entirely suitable for the Climatic Conditions prevailing at Site. The Seismic Factor is 0.15g. Atmospheric pollution is Low and Special Insulator Design or Washing is not required.
Maximum ambient Shade Temperature : 45°C Minimum Ambient Shade Temperature : 0°C Annual Average Temperature : 32°C Maximum Wind Velocity for design purpose : 34.4 m/sec Rainfall : 1500 mm/annum Relative Humidity Maximum : 100% Minimum : 20% Altitude : 1800ASL (Approx.) Atmospheric Pollution : Light
The Information provided in this Clause is given solely for the General Assistance of the Bidder and no responsibility for it will be accepted nor will any claim based on this clause be considered. The Bidder is advised to survey the sites covered under this Contract to acquaint with the Site Conditions.
4.2 The Contractor shall be responsible for surveying, boring, geological and subsoil conditional for all foundation, safety conditions and for the precise location of the substation in the Project.
4.3 All Necessary soil tests, wherever necessary, to determine the Earth Resistivity. The
Design of the Ground Grid and all foundations shall be performed by the Contractor at the Substation Site.
4.4 The Contractor shall locate and record on the construction drawings, all interfacing utility
lines or other obstruction. Damage to existing equipment and structures shall be repaired / replaced by the Contractor at his own expense.
Page | 227
5.0 DRAWINGS, INSTRUCTION AND MAINTENANCE MANUALS
The Contractor shall submit Detailed Asbuilt Drawings, Instruction and Maintenance manuals and parts list with recommended stock quantities for the equipment furnished, prepare and submit detailed Engineering, Design and Construction drawings pertaining to all Mechanical and Electrical Equipment and Installations in the substation. The Drawings to be furnished by the Contractor shall include, but not limited to the following:
5.1 Single Line for the 33kV GIS and Other O/D equipment’s. 5.2 Schematic Electrical Diagram of Substations including interconnection with existing system 5.3 Plan and Elevation of Switchyards 5.4 Structural Erection and Fabrication Details, wherever necessary. 5.5 Detailed Cable Schedule list and cable summary, specifying cable identification number,
routing and length of the cable for the Substation. 5.6 Details of Relay and Control Panel, Switchgear and Panel Front and Rear elevation
drawings showing dimension and identification of each device and complete nameplate schedule.
5.7 Control & Protection Schemes. Calculation and co-ordination for selecting Operation of Protective Relays.
5.8 Instruction Books spare Parts lists, Materials lists and any other documents pertaining to the Substation and required for Construction, Operation, Maintenance and Repair.
5.9 Contractor to check with EMM for all relay supplies as EMM has yearly relay specifications. 5.10 Contractor to check with EMM Engineering for approved tenders for relays and metal clad
switchgear with a view of making these a free issue. 5.11 Contractor to ensure that all supplied materials and equipment’s has local support for future
operations and maintenance.
Page | 228
Page | 229
PART B: EQUIPMENT TECHNICAL SPECIFICATION EQUIPMENT SPECIFICATION PART 1.1 GENERAL PART 1.2 POWER TRANSFORMERS PART 1.3 SWITCHGEAR EQUIPMENT (6.6kV METAL CLAD I/D) & (33kV POST TYPE O/D) PART 1.4 LIGHTNING ARRESTER PART 1.5 INSTRUMENT & POTENTIAL TRANSFORMERS PART 1.6 DISCONNECTING SWITCH PART 1.7 CONTROL & RELAY PANEL PART 1.8 SPECIFICATIONS OF CABLES PART 1.9 33kV GIS TECHNOLOGY PART 2.0 SPECIFICATION OF 6.6kV NER PART 2.1 6.6kV AUXILARY TRF
Page | 230
PART -B
TECHNICAL SPECIFICATION
Page | 231
TECHNICAL SPECIFICATION
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF POWER TRANSFORMERS PART1. PART 1.1 GENERAL 1.0 SCOPE OF WORK:
This Specification covers the Design, Manufacture, Assembly, Shop test, Supply, Delivery, Storage, Installation, Testing and Commissioning of Power Transformer & accessories at following locations.
1.1 Eden Park S/S 33/6.6kV,20MVA Transformer Bay with all accessories
The scope of work under this DESIGN covers, as per specification as mentioned in the Technical Proposal. Any Omission in the Specification for the items that are necessary for the completion of the work shall be clearly mentioned in the Technical proposal by the Bidder. If the Bidder fails to mention the omission, it will be assumed that any minor items not present in the specification or price schedule but necessary for the completion of the work were included in the quoted price by the Bidder. The Bidder in such case, will not be liable for any claims.
Page | 232
PART 1.2 POWER TRANSFORMERS 1 GENERAL
This specification covers the design, manufacture, assembly, shop test, supply, delivery, installation works and field test of the power transformer complete with all accessories, fittings and auxiliary equipment for efficient and trouble-free operation as specified herein under.
The equipment specified in this Section of the Contract shall conform to the latest edition of the appropriate IEC specifications and/or other recognized international standards. In particular:
IEC 60076 Power transformer IEC 60137 Insulating bushings for alternating voltages above 1 kV
IEC 60156 Insulating liquids - Determination of the breakdown voltage at power
frequency – Test method
IEC 60296 Specification for unused mineral insulating oils for transformers and
switchgear IEC 60551 Determination of transformer and reactor sound levels IEC 60616 Terminal and tapping markings for power transformer IEC 60722 Guide to the lightning impulse and switching impulse testing of power transformers and reactors
2. DESIGN REQUIREMENT 2.1. The transformer shall be connected to three phase 50 Hz system of 33 kV systems as
specified. 2.2. The transformer shall be installed outdoor in a hot, humid atmosphere. The transformer
shall be oil immersed and designed for the cooling system as specified in Appendices. 2.3. The transformer shall be capable of operating continuously at its rated output without
exceeding the temperature rise limits as specified in Appendices. 2.4. The transformer windings shall be designed to withstand short circuit stresses at its
terminal with full voltage maintained behind it for a period as per IEC- 60076. 2.5. The transformer shall be capable of continuous operation at the rated output under the
following conditions: a) The voltage varying ±10 % of rated voltage b) Frequency varying ±5 % of the rated frequency
2.6. The transformer shall be capable of delivering its rated output at any tap position. 2.7. The transformer shall be free from annoying hum and vibration when in operation even
at 10 % higher voltage over the rated voltage. The noise level shall be in accordance with respective IEC standards.
2.8. The transformer shall be designed and constructed so as not to cause any undesirable
interference in radio or communication circuits.
Page | 233
2.9. The transformer shall be designed to take care of third harmonics not to exceed 2% of
fundamental frequency. However, no tertiary winding shall be provided on transformers. 3. CONSTRUCTION FEATURES 3.1 Tank
The tank shall be of all welded construction and fabricated from sheet steel of adequate thickness. All seams shall be properly welded to withstand requisite impact during short circuit without distortion. All welding shall be stress relieved.
Stiffener of structural steel for general rigidity shall reinforce the tank wall. The tank shall have sufficient strength to withstand without any deformation by mechanical shock during transportation and vacuum filling in the field.
The tank cover shall be bolted on to the tank with weatherproof, hot oil resistant, resilient gasket in between for complete oil tightness. If gasket is compressible, metallic stops shall be provided to prevent over compression. Bushings, turrets, cover of access holes and other devices shall be designed to prevent any leakage of water into or oil from the tank. The tank cover shall also be provided with two (2) nos. of grounding pads and connected separately to tank grounding pads.
The transformer tank shall be provided with four sets of bi-directional flanged wheels for rolling the transformer parallel to either direction of center line on rail. Mounting rails and anti-earthquake device shall also be provided.
All heavy removable parts shall be provided with mounting rails along with eye bolt for ease of handling and necessary lugs and shackles shall be provide to enable the whole transformer to be lifted by a crane or other means. Manholes of sufficient size shall be provided for access to leads, windings, bottom terminals of bushings and taps.
3.2 Core & Coils
The transformer shall be of core type. The core shall be built up with interleaved grade non-aging, low loss, high permeability, grain-oriented, cold rolled silicon steel lamination properly treated for core material. The coils shall be manufactured from electrolytic copper of suitable grade. They should be properly insulated and stacked.
All insulating material shall be of proven design. Coils shall be so insulated, that impulse and power frequency voltage-stresses are minimum.
Coil assembly shall be suitably supported between adjacent sections by insulating spacers and barriers. Bracing and other insulation used in the assembly of the winding shall be arranged to ensure a free circulation of the oil and to reduce the hot spot of the winding.
All leads from the windings to the terminal board and bushings shall be rigidly supported to prevent injury from vibration or short circuit stresses. Guide tube shall be used where practicable.
The core and coil assembly shall be securely fixed in position so that no shifting or deformation occurs during movement of transformer or under short circuit stresses.
The bidder shall offer the CORE for inspection and approval by the purchaser during the manufacturing stage. Bidder's call notice for this purpose shall be accompanied with the following documents, as applicable, as a proof towards use of
Page | 234
PRIME CORE MATERIALS.
i. Invoice of the supplier. ii. Mill's Test Certificates iii. Packing List. iv. Bill of Lading v. Bill of Entry certificate by the Customs. Core Materials shall be directly purchased either from the manufacturer or through their accredited marketing organization of repute and not through any agent. However, if the proof provided is considered sufficient by the Owner the core inspection can be waived.
The cost for such inspection by 2 x EMM officials and 1 x Consulting firm official (TA, To & Fro Fares, International ,Local transportation etc) shall be included in the cost of the equipment.
3.3 Tapping
3.3.1 On-load taps as specified in Appendix shall be provided on the high voltage winding of
the transformer. 3.3.2 The transformer shall be capable of operation at rated output at any tap position
provided the primary voltage does not vary by more than ±10% of the rated voltage corresponding to the normal tap. Where the new transformer is required to operate in parallel with the existing one, the tap changer shall be similar to the one installed with the existing transformer.
3.3.3 The winding including the tapping arrangement shall be designed to maintain the
electromagnetic balance between H.V. and M.V. winding at all voltage ratios. 3.4 On-Load Tap Changer 3.4.1 The on-load tap-changer (OLTC) to be equipped on the power transformers and
associated control equipment shall be from contractor’s suppliers but must be approved by EMM.
3.4.2 The continuous current rating of the tap changer shall be based on connected winding
rating and shall have liberal and ample margin. Lower rated tap changers connected in parallel are not acceptable.
3.4.3 The tap changing mechanism shall be located in oil filled compartment separated from
the main tank by suitable oil tight barrier. The oil in OLTC compartment shall have its own separate oil preservation system complete with conservator, Buchholz relay/ oil surge relay, breather, shut-off valves, oil level gauge, gas vent etc. However, one segregated compartment of the main conservator tank may be utilized for OLTC oil preservation.
3.4.4 The on-load tap changing equipment shall have the provision for mechanical and
electrical control from local position and electrical control from remote position. For local mechanical operation, the operating handle shall be brought outside the tank for operation from floor level with provision to lock the handle in each tap position. Remote electrical operation shall have parallel operation mode and AUTO-MANUAL selection at remote location. When selected AUTO, the tap changing gear shall maintain steady voltage within practical limit on the transformer secondary bus from which the reference shall be taken within the range of number of taps provided. It shall not respond to
Page | 235
transient variation of voltage due to grid disturbance, or system faults.
The required voltage relay shall not be sensitive to frequency variation and shall be suitable for sensing voltage from the secondary of potential transformer mounted on bus. The secondary of potential transformer shall be 110V. The contractor shall furnish detail of tap changing mechanism, wiring and schematic connections.
3.4.5 The tap changer shall be provided with over-current protection in order to prevent the
tap-change operation during a short circuit, which would too greatly stress the contacts of the diverter switch.
3.4.6 The design of the tap changing equipment shall be such that the mechanism will not
stop in any intermediate position. However, if the mechanism through faulty operation does stop in an Intermediate position, the transformer without injury must carry full load to the equipment. The mechanical position indicator shall be equipped in the motor drive cubicle. The motor shall be designed to be of step control, which in any case the operation shall be of step by step.
3.4.7 The voltage-regulating relay shall be supplied together with the timer and under voltage
relay. The signal order from the voltage regulating relay to execute the tap changer operation, when the regulating voltage is out of the voltage regulating level, shall be designed to be delayed by the adjustable timer. If the control voltage falls abnormally, the movement of the tap changer shall be locked by the contact of the under-voltage relay, even if the contacts of the voltage-regulating relay are working.
3.4.8 The control circuit of the transformer shall be completely designed and provision shall
be made for parallel operation with another transformer. MASTER-FOLLOWER operation mode shall be provided.
3.4.9 The following accessories, control and selector switches and other necessary
accessories shall be furnished. a. Remote control board
- "Parallel operation mode" selector switch - "AUTOMATIC-MANUAL" control switch - "RAISE-LOWER" control switch - Tap position indicator - Tap changer operation program indicator.
b. In transformer control cubicle
- Voltmeter
c. In driving mechanism cubicle - "Raise-Lower" control switch - Means for manual operation when power supply is lost - Tap change operation counter
In addition the Remote Tap Control Cubicle shall be equipped with static type annunciator window with flasher for indication of fault condition on the transformer. Cooler control & indication facility shall also be provided at RTCC for manual operation.
3.4.10 Make and Manufacturer
Page | 236
The OLTC Mechanism and Control cubicle including Voltage Regulator, Parallel Control Unit, both remote.
3.5 Insulating Oil
The insulating oil shall conform to the latest revision of IEC Publication 60296, properly inhibited for preventing of sludging.
The necessary first filling of oil shall be supplied for the transformer in non- returnable container suitable for outdoor storing. Five percent (5%) excess oil shall also be provided to take wastage into account.
The transformer oil shall have the following characteristics:
3.6 il Preservation System
Oil preservation shall be by means of conservator tank system. 3.6.1 Conservator tank system
1) The conservator tank shall be mounted on a bracket fixed on the tank. 2) The conservator tank may be provided with two compartments, one for the main
transformer tank while the other is for the OLTC compartment. The partition barrier shall be provided so that OLTC oil shall not be mixed up with transformer oil under any circumstances.
3) One compartment shall be connected with the main transformer tank by pipes
through double float Buchholz Relay (gas operated relay) with valves at both ends.
4) The other compartment shall be connected with OLTC compartment by pipes
through single float Buchholz Relay/oil surge relay with valves at both ends.
5) Using a flexible urethane air cell shall prohibit contact of the oil in the compartment for the main tank with atmosphere. The cell shall be vented into the atmosphere through a silicagel breather and shall inflate or deflate as oil volume changes.
6) Both compartments shall be provided with their own breather, filler cap and drain
plug.
7) Each compartment of the conservator shall be provided with dial type level indicator visible from the ground level and fitted with low oil-level alarm contact. Plain oil level gauge shall also be provided to each compartment.
3.7 Temperature Indicators
3.7.1 One set of winding temperature indicator shall be supplied and fitted locally so as to be readable at a standing height from ground level. Necessary current transformer and heating coil for obtaining thermal images of winding temperatures and a detector element shall be furnished and wired.
3.7.2 The above winding temperature indicator shall be provided with necessary contacts to take care of the following.
Page | 237
a. Starting of cooling units in stages, with rise of temperature b. Alarm on high temperature c. Trip on higher temperature d. One set of oil temperature indicator with maximum reading pointer and electrically
separate sets of contacts for alarm and trip shall be mounted locally so as to be readable at a standing height from ground level.
3.7.3 Make & Manufacturer:
The Temperature Indicators should be from the manufacturer: Contractors Choice. 3.8 Buchholz Relay (Gas Operated Relay - For Conservator Type of Oil Preservation)
3.8.1 The Buchholz Relay shall be provided with two floats and two pairs of electrically separate contacts - one pair for alarm and the other pair for tripping.
3.8.2 Buchholz Relay shall be provided with the facility for testing by injection of air by
hand pump and with cock for draining and venting of air
3.8.3 Pressure relief device with a sudden gas pressure relay shall be furnished and mounted on top of the tank in the region of the gas space. The relay shall respond to sudden increase in internal gas pressure in the transformer due to internal arcing. The relay shall be provided with trip contact.
Above relay shall be stable during change in oil or gas pressure due to change in ambient temperature and/ or loading.
3.9 Transformer Bushings
All bushings shall conform to the requirements of the latest revisions of IEC Publication 60137.
The bushing shall be located so as to provide minimum electrical clearances between phases and also between phase and ground as per relevant standards.
All bushings shall be porcelain type and shall be furnished complete with terminal connectors of adequate capacity including arcing horns. The porcelain used in bushings shall be homogeneous, nonporous, uniformly glazed to brown colour and free from blisters, burns and other defects.
Stresses due to expansion and contraction in any part of the bushing shall not lead to
deterioration. Provision should be made for AUX TRF Cable termination box at the 6.6
kV side of the transformer (EMM to approve this option).
Liquid/oil-filled bushings for 36 kV and above shall be equipped with liquid level indicators and means for sampling and draining the liquid. The angle of inclination to vertical shall not exceed 30 degree. Oil in oil-filled bushings shall meet the requirement of the transformer oil standards specified.
3.10 Bushings rated for 36 kV and above shall be of the oil-filled condenser type with a
central tube and draw-in conductor which shall be connected to the connector housed in the helmet of the bushings. The pull through lead shall be fitted with a gas bubble deflector. Condenser type bushings shall be equipped with following in addition to
Page | 238
requirements indicated elsewhere.
a. Provision for power factor testing without disconnecting main leads
b. Stress rings and lower end shields
c. Current transformers shall be provided as specified, and the bushing shall be so arranged that it can be removed without disturbing the current transformers and secondary terminal.
d. Bushing turrets shall be provided with vent pipes, which shall be connected to route
any gas collection through the Buchholz relay. 3.11 Marshalling Box
A sheet steel weatherproof marshalling box of IP-55W construction shall be provided. The box shall contain all auxiliary devices except those which must be located directly on the transformer. All terminal blocks for external cable connections shall be located in this box. The marshalling box shall have the following but not limited to them
a) Load disconnect switch for incoming power supply for auxiliaries b) Cooler fan motor starters and necessary protection c) FAN START-STOP control switch d) AUTO-MANUAL selector switch
e) Wiring and termination individually of the following alarm contacts for
remote pretrip alarm - Buchholz relay alarm for main tank (for conservator type)
- Buchholz/oil surge relay alarm for OLTC
- Winding temperature high alarm
- Oil temperature high alarm
- Tank oil level low alarm
- OLTC oil level low alarm
- Tap change incomplete alarm
- OLTC out of step
f) Wiring and termination individually of the following trip contacts for remote trip and trip alarm
- Winding temperature high trip
- Oil temperature high trip
- Buchholz relay trip or sudden gas and sudden oil pressure relay trip
- Pressure relief device
Page | 239
Cubicle illumination lamp with door switch and space heater with thermostat and ON-OFF switch shall be provided.
Wiring shall be as specified in section under General Technical Specifications.
3.12 Cable Termination
Marshaling box shall be designed to facilitate cable entry from bottom. Removable plates shall be furnished with compression type cable glands to make entry dust tight and no weight is transferred on the terminal. The glands shall be suitable for terminating cable armour. Sufficient space shall be provided to avoid sharp bending and for easy connection. A minimum space of 200 mm from the gland plate to the client rest terminal block shall be provided.
3.13 Terminal Blocks
Terminal blocks shall be as specified in Technical Requirements under section in General Technical Specifications.
3.14 Painting
Painting works shall be as specified in Technical Requirements under section in General Technical Specifications.
3.15 Auxiliary supply
All indications, alarms and trip contacts provided shall be suitable for operation on a nominal 110V DC system. Tap changing gear shall be suitable for operation of 230/400V ± 10%, 3 phase, 4 wire, 50Hz, AC. Cooling fans shall be rated at 230/400V ± 10% 3 Ph, 50Hz, AC. The tap changing and cooler control supply voltage shall be 400/230V, 50Hz AC.
4 AUXILIARY EQUIPMENT TO BE FURNISHED 4.1 Bushing Current Transformer
Each transformer shall be provided with one (1) set of current transformer each on the HV and MV terminal bushings to be used for transformer differential relaying.
The transformer shall be provided with neutral bushing current transformer to be used for earth fault protection in High/Low Voltage sides. Current transformer rating and accuracy class shall be as per Appendices and shall be designed to withstand the electromagnetic stresses developed during short circuit.
The current transformer secondary leads shall be wired up to a separate disconnecting type terminal block within the marshaling box. The terminal blocks shall be complete with shorting links.
4.2 Lightning Arresters
Lightening arrestors shall be on both HV and MV sides of the transformer. The lightening arrestor shall be mounted on tank for nominal voltage level (HV-36kV) and
Page | 240
MV up to 7.2 kV. The lightning arresters shall comply with the specifications in the chapter in Lightening Arrestor. The Contractor shall coordinate the insulation.
4.3 Cooling Equipment
Each transformer shall be equipped with a sufficient number of radiators or cooling units to operate as a self-cooled unit rating, as specified. Note1: EMM to decide if Power Transformer to be equipped with Cooling Fan on and above from the ONAN system to ONAF. If Fan Cooling is required then below statement shall be applicable to the 20MVA TRF. Single stage or double stage fans shall be provided as specified in appendix. Fans shall be automatically controlled by a transformer winding temperature relay.
Fan motors shall be of totally enclosed design and control equipment shall include a circuit breaker with thermal and magnetic trip for each group of fans, contactors with overload protection, and selector switch for MANUAL-AUTOMATIC operation, this option need to be approved by EMM, Note 2: The Total required Power TRF Capacity shall not be affected by the fan cooling and such fan must not compromise the total 20MVA TRF capacity as required.
5 TESTS 5.1 Routine Tests
On completion, each transformer shall be subjected to the following Routine Tests. As far as practical, the procedure of IEC 60076 shall be followed.
a) Applied voltage test
b) Induced voltage test
c) No-load loss and excitation current test
d) Impedance voltage and load loss test
e) Winding resistance measurement
f) Ratio test g) Polarity and phase-relation test
h) Leakage test
i) Insulation resistance test j) Insulation power factor test, etc.
5.2 Special Tests
The following tests shall be performed on each transformer:
a) Zero phase sequence impedance measurement
Page | 241
b) After fabrication, the tank fitted with all valves, covers, conservator tank etc., shall be completely filled with transformer oil and subjected to a pressure of 25 % over the normal pressure of oil. This pressure shall be maintained for 12 hours during which time there shall be no leakage of oil nor shall there be any permanent set when pressure is released. If any leakage or permanent set occurs, the test shall be conducted again after rectification of defects.
c) Excitation loss and current measurements shall be made at 90%, 100%, and 110%
of rated voltage.
d) Measurement of third harmonic voltage. (NA)
e) Measurement of acoustic noise level.
f) Measurement of harmonics of the no-load current.
g) Temperature rise test.
5.3 Design Test
Following design tests shall be performed on any one of identical transformers of each type in accordance with latest revision of IEC Publication 60076: (identical shall mean having same rating and construction) a) Impulse voltage withstand test
b) Short circuit test - only design calculations to be submitted confirming withstand
capability 5.4 Tests on Miscellaneous Components
The various components of the transformer such as insulating oil, bushings, current transformers, etc. shall be tested in accordance with the latest revision of relevant standards listed in this Specification. Such test report shall be submitted during inspection or prior to dispatch for EMM approval.
The ON-LOAD tap changer shall be tested in accordance with the relevant IEC standard.
5.5 Test Certificates
Test certificates shall be furnished in required number of copies for approval.
If the inspection is waived, the routine, special and design test certificates of the transformer as well as miscellaneous equipment shall be furnished for approval before the dispatch of the equipment from the factory.
5.6 Field Tests After installation at Site, the transformer shall be subjected to the following field tests:
a) Construction inspection
b) Insulation oil test for
- Dielectric strength - Acidity content - Dissolved gas analysis
These tests shall be conducted in EMM Choice of lab at EMM’s approved rate.
Page | 242
c) Measurement of insulation resistance
d) Ratio tests
e) Polarity tests
f) Tap change operation test, etc.
g) Magnetizing balance test
h) Calibration of WTI and OTI
i) Setting of alarm, trip and cooler controls and operation check.
6 DESIGN EVALUATION AND THE GUARANTEED LOSSES 6.1 Capitalization of Transformer Losses
The transformer losses will be capitalized as follows for evaluation purpose:
a) No load losses: N/A per kW
b) Load losses: N/A per kW
c) Loss associated with cooling fan load: N/A per kW 6.2 Guaranteed Values Not Reached
If the individual losses of a power transformer as measured during test exceeds the values guaranteed in the Bid, then for each kilowatt of losses in excess of the losses guaranteed, an amount at the rates of twice the rates of specified in tender (these rates to be agreed during contract negotiations with EMM).
7 PERFORMANCE GUARANTEE
The performance figures quoted on Technical Data Sheet shall be guaranteed within the tolerances permitted by relevant standards listed under section of General Technical Specifications, and shall become a part of the successful contract. In case of loss capitalization, no tolerance shall be permitted for the guaranteed value. The transformer will be rejected, if the measured no-load and load losses (excluding fan loss) exceed the guaranteed value by over 15 % provided that the total losses do not exceed 10% as specified-(these performance guarantees percentage rates to be agreed during contract negotiations with EMM)..
8 DRAWINGS, DATA & MANUALS
Submission of Drawings, Data & Manuals by the contractor along with the DESIGN Document and that after the award of Contract for approval shall be as follows:
8.1 Typical general arrangement drawing of the proposed equipment shall be submitted
along with the bid. 8.2 After Award of Contract
Page | 243
After award of Contract, the successful Bidder shall submit the required number of copies of following data for approval.
1) Outline dimensional drawing showing the general arrangement, indicating the space
required for:
- Cable termination arrangement
- Wheel base dimension & detail
2) Head clearance required for detanking of core and coil assembly
3) Foundation plan and loading
4) Transport/ shipping dimension with net weight and weights of various parts
5) Final calculation of impedance for each transformer at normal, lowest and highest taps. 6) Schematic flow diagram of cooling system showing the number of cooling units
7) Technical details along with control schematic and wiring diagram for marshaling
box, remote tap-changer control panel. 8.3 Any other relevant data, drawing and information necessary for review of the items
under Clause No. 8.2 whether specifically mentioned or not, shall be furnished along with these information.
8.4 9 NAME PLATE
Each transformer shall be provided with a nameplate of weather resistant material fitted in a visible position showing but not limited to the following items:
a) Kind of transformer
b) Manufacturing standard
c) Manufacturer's name
d) Year of manufacture
e) Manufacturer's serial number
f) Number of phases and frequency
g) Rated power
h) Rated voltages and currents
i) Connection symbol (Vector group) , for these TRF it shall be Dyn 11
j) Percentage impedance at normal, highest and lowest taps at max. base MVA
k) Type of cooling
l) Total weight
m) Weight of insulating oil
n) Weight of transportation and untanking
o) No-load and Full load loss values in kW
p) Temperature rise
Page | 244
q) Connection diagram
r) Insulation levels
s) Details regarding tappings.
10 SPARE PARTS
The spare parts shall be provided in required quantities as listed in the Price Schedule. Futher spare-parts as recommended by the manufacturer shall also be included in the Price Schedule.
Please note, if any of the spare parts are considered not required by the EMM, it can be deleted during Contract negotiation. Notes: Contractor to ensure Local Support, for TAP, Changers, Relays and Documentations is available within South Africa.
Page | 245
11 TRANSPORTATION
The core and coils shall be completely dried before shipment and assembled with tank and with oil or dry nitrogen depending upon the size of the transformers. In order to facilitate handling and shipping, as many external accessories as practical, including bushings, shall be removed and replaced by special shipping covers. The Contractor shall give special attention to the limitation of bridge capacity in South Africa and make necessary transportation arrangements accordingly.
Bushings, radiators and other accessories, which may be affected by moisture, shall be packed in moisture proof containers. Shock recorders shall be installed on the transformers to record maximum shock forces during shipment/transport. This value shall not exceed the value provided by the manufacturer as per standard.
TECHNICAL PARTICULARS OF POWER TRANSFORMERS SCHEDULE- A SCHEDULE-B
S.No. Description 33/6.6kV
Eden Park
1. Rated capacity 20 MVA
2. Quantity required 2
3. Type Outdoor, Oil-
immersed
4. Type of cooling ONAN
5. Temperature rise above 40 degree C ambient temperature
a) In oil by thermometer 180 degree C
b) In winding by resistance 120 degree C
6 Number of phases 3(three)
7 Maximum voltage (line to line)
a) Primary 36 kV
b) Secondary 7.2 kV
c) Tertiary (If provided)
8 Rated Voltage (line to line)
a) Primary 33 kV
b) Secondary 6.6 kV
c) Tertiary (If provided)
9 Insulation level of winding
a) Basic impulse level as per IEC 76
- Primary 200 kV (peak)
- Secondary 75 kV (peak)
- Tertiary (If provided) 0
b) Power frequency induced over voltage
(1 minute)
- Primary 70 kV (rms)
- Secondary 22 kV (rms)
- Tertiary (if provided)
Noise level <73 dB
a) On ONAN rating
Page | 246
c) On ONAF- rating <75 dB
10 Connections
a) Primary Delta
b) Secondary Star
c) Tertiary (If provided)
11 Vector group reference Dyn 11
12 Magnitude of III rd harmonics voltage as % <2
of fundamental frequency
13 Type of tap changer On-load
14 Range of taps ± 10 %
15 Number of taps 17
16 Method of tap changer control
The Tap changer step shall match the existing Transformer
- Mechanical local Yes - Electrical local Yes - Electrical remote Yes "MASTER-FOLLOWER- Yes
INDEPENDENT" and "AUTO -
17 Percent impedance voltage at rated MVA
On tap 9 (Normal) ONAN / ONAF 9
18. System grounding
a) Primary Solidly grounded
Page | 247
NOTES:
The Bidders are required to match the percentage impedance and vector group with the existing Alberts Dale 33/6.6kV Substations transformer vector and impedance this being for parallel operation at Other EMM Subs connected with the Eden Park Sub. REMOTE/MANUAL TAP CHANGER PANEL
Item Legend Description Quantity
SCHEDULE B
per Panel
1. ANN
Annunciator assembly, 12 active points, 110V DC, 6 rows high by 2 1 Lot
columns wide, flush mounted; with 3-separately mounted push buttons
Following minimum annunciations shall be provided:
1. Fan Bank 1 Fail 2. Fan Bank 2 Fail
3. OLTC Power supply Fail
4. Tap changer Out of step
5. Transformer Cooling system Fail
6. Tap changer Temperature High
b) Secondary Solidly grounded
19 Neutral terminals & Built in CT
- Primary yes, required
- Secondary yes, required
20 Tank Mounted Lightning Arrester
HV Yes
MV Yes
21 Bushing Current Transformers
a) Number of core / Burden /current 1 core ratio 10VA (HV Phase & Neutral) 1000/1A
TPS(Rct @75°C
= 4.0Ω) b) Number of core / Burden /current 1 core ratio 10VA (LV Phase & Neutral) 2400/1A c) Number of core / Burden /current 1 core ratio 10VA For WTI 2400/2A
d) Accuracy class TPS(Rct @75°C
=6.4Ω)
Page | 248
7. AC Fail 8. DC Fail
All the rest points are for spare
2 Relay
Only main instruments are listed here. All the auxiliary equipments
required for satisfactory operation of the scheme shall be included by the
Contractor.
1 Lot
90
a. AVR as short listed, with future provision for parallel operation.
b. Tap Position Indicator 1 Lot
c. AC Relay & Under Voltage Protection Relay 1 Lot
g. D.C. fail relay. if required 1 Lot
3
Interlocks, Switching & tripping Relay (where Required)
1 Lot
4.
V Indicating Voltmeter
For specified PT ratios (For 1 Amp Secondary).
33000v/√3/110v/√3/110v/√3 6600v/√3/110v/√3/110v/√3
TRANSFORMER ACCESSORIES
Each transformer furnished under this specification shall be equipped with the following:
1. Oil conservator with two compartments each with filler caps and drain plugs. 2. Two sets of Silica Gel breathers with connecting pipe and oil seal. 3. Air release plug. 4. Double float Buchholz Relay with electrically separate trip and alarm contacts
for transformer tank. 5. Two Nos. of shut-off valves at both sides of each Buchholz Relay. 6. Mechanically operated self-resetting type pressure relief device with visible
operation indicator and trip contact. 7. 150 mm Dial Magnetic Oil Level Gauge with low level alarm contact. 8. Direct Reading Plain Oil Level Gauge. 9. 150 mm Dial Oil Temperature Indicator with maximum reading pointer and
individually adjustable electrically separate sets of contact for alarm and trip. 10. 150 mm Dial Winding Temperature Indicator with individually adjustable
electrically separate sets of contact for two stage cooler control, alarm and trip with detector element complete with heating coil, CT's etc.
Page | 249
11. Drain valve with threaded adapter. 12. Sample valve (top and bottom) 13. Filter valves with threaded adapter (top and bottom) 14. Cover lifting eyes 15. Jacking pads, hauling and lifting lugs. 16. Bi-directional flanged wheels. 17. Rails 18. Clamping device with nuts and bolts for clamping the transformer on foundation
rails. 19. Ladder with safety device for access to the transformer top and Buchholz Relay 20. Ground pads each with two (2) nos. tapped holes, bolts and washer for
transformer tank, radiator bank and cable-end box grounding. 21. Rating plate and terminal marking plate. 22. Marshaling box for housing control equipment and terminal connections. 23. Any other standard accessories including arcing horns. 24. Gas and Moisture Analyser.
Page | 250
PART 1.3: SWITCHGEAR O/D & I/D EQUIPMENT SWITCHGEAR EQUIPMENT SECTION 1: OUTDOOR SWITCHGEAR EQUIPMENT: ALBERTS DALE 33kV SUBS SECTION 1: 1 OUTDOOR POST TYPE CIRCUIT BREAKER 1.1 GENERAL
This specification covers the design, manufacture, assembly, shop test, supply, delivery, installation works, field test and commissioning of outdoor circuit breaker complete with all accessories for efficient and trouble free operation as specified herein under.
The equipment specified in this Section shall conform to the latest edition of the appropriate IEC specifications and/or other recognized international standards. In particular: Notes: Equipment meeting with the requirements of any other authoritative standards, which ensure equal or better quality than the standard mentioned below shall also be acceptable. If the equipment offered by the Bidder conforms to any other standard adopted and the specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with authentic English Translations shall be furnished along with the offer.
IEC 60056 High-voltage alternating switchgear IEC 62271 High-voltage alternating switchgear and control gear IEC 60376 Specification and acceptance of new sulphur hexafluoride IEC 60529 Degree of protection provided by enclosures IEC 60694 Common specifications for high-voltage switchgear and control gear standards
Shortlisted manufacturer:
- It is not the intent to specify completely herein all details of the design and construction of equipment’s. However, the equipment shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation up to the Bidder's guarantee in a manner acceptable to EMM, who will interpret the meanings of drawings and specifications and shall have the power to reject any work or material which in his judgment is not in accordance therewith. The offered equipment shall be complete with all components necessary for its effective and trouble free operation along with associated equipment’s, interlocks, protection schemes etc.
- Such components shall be deemed to be within the scope of supply, irrespective of whether those are specifically brought out in this specification
Page | 251
and/or the commercial order or not. - VACUUM Circuit Breakers shall be from: Contractors choice.
1.2 DESIGN REQUIREMENTS
The circuit breakers shall be suitable for 3 phases, 50 Hz. and shall be installed outdoor in the vicinity of industries.
All equipment and accessories shall be provided with sub-tropical finish to prevent fungus growth.
The maximum temperature rise in any part of the equipment at specified rating shall not exceed the permissible limits as stipulated in relevant standards.
The rated peak short circuit current or the rated short time current carried by the equipment shall not cause:
(a) mechanical damage to any part of the equipment
(b) separation of contacts
(c) insulation damage of "Current Carrying Part"
Technical particulars of the circuit breaker shall be as specified in the appendix. All auxiliary equipment shall be suitable for 3 phase-4 wires, 400V or single phase 230 V, 50 Hz system. All controls shall be suitable for 110V DC.
1.3 CONSTRUCTION FEATURES
The 33kV circuit breaker shall be Vacuum type.
- The circuit breaker shall be outdoor, three-phase, (single-throw), spring charged motor operated, trip-free in any position, complete with operating mechanism and supporting structure.
- Each interrupter shall have fixed and moving contacts in sealed envelope having vacuum as per IEC. The metallic bellow shall permit axial movement of moving contact and act as vacuum seal. The contacts shall have requisite mechanical strength and good electrical and thermal conductivity and shall be made of copper chromium alloy. Complete literature of vacuum bottles shall be furnished with the tender.
- The vacuum interrupter should be housed in epoxy pole unit and make of Vacuum
- Interrupter should be of the contractor’s choice.
Reclosing operation
- The circuit breaker for outgoing/incoming line for voltage level 33 kV and above shall be capable of making reclosing operation.
Contacts
- The contacts shall be designed to have adequate thermal and current carrying
capacity for carrying full-rated current without exceeding the allowable
Page | 252
temperature rise as specified by IEC standards. They shall be designed to have long life so that frequent replacement or maintenance will be unnecessary. The surfaces of either of both moving and stationary arcing-contacts that are exposed directly to the arc shall be faced with suitable arc resisting material.
Bus bar, main contacts and arc quenching chamber:
- The busses within the cubical shall be of high conductivity electrolyte grade copper. The Bus bar joints shall be silver plated and bolted in such a manner that initial contact pressure around the square headed high tensile bolt will remain substantially undiminished at all temperature upto rated full load temperature. The Bus support and bushings shall be of epoxy resin cast type.
- All drop off from main bus to VCB and VCB to bushing terminations shall be suitable for current rating of circuit breaker. All the bus bar shall be sleeved with heat shrinkable sleeves of 36 KV voltage level (Insulated for a service voltage of 36 KV) and bus bar shall be shrouded wherever possible. All the bus bar joints shall be shrouded and where shrouding is not possible, it shall be taped with HV self-amalgamation tape. The entire tap off bus bar connections inside panel and PT jumpers shall be sleeved with HT heat shrinkable sleeves. Special care shall be taken in the design of bus bar system to provide for thermal expansion and to minimize the chances of bus fault. Bimetallic washers shall be provided at the joints of two different metal surfaces.
- The main contacts shall have adequate area and contact pressure for carrying rated continuous and short time current without excessive heating liable to cause pitting and welding.
- The tips of the arcing and main contacts shall be heavily silver plated (Min. 40microns) or made of copper chromium alloy.
- The contacts shall be adjustable to allow for wear, shall be easily replaceable and shall have minimum movable parts and adjustments.
- The arc quenching device shall be of robust construction and shall not require any critical, adjustment. The devices shall be easily accessible and removable for access to the breaker contacts.
Local Test Switch
- Each mechanism shall be equipped with a local test switch for electrically
testing the closing and tripping operations of the circuit breaker. A separate manually operated cut-out device to disconnect the circuits from remote closing, reclosing and tripping devices shall be provided on each circuit breaker. A warning nameplate requiring operation of this device before operation of the local test switch shall be mounted adjacent to the local test switch.
Emergency Trip
- Each circuit breaker shall be provided with an emergency hand trip device. This
device shall be provided with mechanically interlocked contacts to disconnect circuits from remote closing and reclosing devices. The trip button shall be mounted in such a way that it can be operated from outside of the operating box.
Auxiliary contacts:
- Each breaker shall be provided with eight normally open & eight normally closed electrically separate auxiliary contacts. These shall be in addition to those
Page | 253
required for its own operation and indication. - The auxiliary contacts shall be convertible type so that normally open contacts
can be converted into normally close contact and vice versa at site. - The auxiliary contacts shall be rated 10A at 240V AC and 4A at 110 V DC.
Position Indicator
- The circuit breaker shall be equipped with easily visible mechanical position
indicator. The indicator shall be provided for each pole. Tripping Circuit
- Two (2) sets of tripping coils shall be provided in two separate current and
magnetic circuits in order to make possible primary and backup tripping of circuit breaker. Provision for trip circuit supervision shall be provided.
- The tripping circuit mechanism and the closing control circuit mechanism shall each have a nominal voltage rating of 110 volts DC. The tripping circuit shall operate satisfactorily for a tripping operation over a voltage range of 70-110%. The closing control circuit shall operate satisfactorily over a voltage range of 85-110%.
Motor-operated Spring-Charged Mechanism
A complete and separate spring-operating system shall be furnished and installed to operate the circuit breaker. Closing action of breaker shall charge the opening spring for tripping.
Each operating mechanism shall be provided with a spring charging motor with a common control cabinet. - The time required to charge the closing spring after the closing operation shall
not exceed 30 seconds. - Under voltage alarm relay suitable for operation on DC circuit to permit remote
indication of loss of potential on the AC to the control gear.
- Spring charged indicator shall indicate the state of energy store in the spring. Indication for fully charged spring shall be provided both at local and remote control panel.
- Means shall be provided to prevent the operation of the mechanism when
maintenance work is being done. The mechanism shall be so arranged that emergency manual charging and release of the spring is possible without electrical means. One (1) CO-operation shall be possible after failure of supply.
Operating Cubicle
a. Circuit breaker operating mechanisms, auxiliary switches and associated relays,
control switches, control cable terminations, and other ancillary equipment shall be housed in sheet steel vermin -proof and weatherproof cubicles. The enclosure protection of the cubicle shall be IP55W. Where appropriate, the cubicles may be free standing with front and rear access.
b. Cubicles shall be of rigid construction, preferably folded but alternatively formed on
a framework of standard rolled steel sections and shall include any supporting steel work necessary for mounting on the circuit breaker or on concrete foundations. The
Page | 254
thickness of the sheet steel shall be at least 2 mm. All fastenings shall be integral with the panel or door and provision made for locking. Doors shall be rigid and fitted with weatherproof sealing materials suitable for the climatic conditions specified.
c. Cubicles shall be well ventilated thorough vermin-proof louvers comprising a brass gauze-screen attached to a frame and secured to the inside of the cubicle. Divisions between compartments within the cubicle shall be perforated to assist air circulation. In addition, thermostat- controlled space heater with ON-OFF switches rated 230 V, 1 phase, 50 Hz shall be provided to prevent condensations within the cubicle.
d. A local control switch connected with a remote -local selector switch shall be
furnished and wired in the control circuits of the breaker. The local control switch shall be operative from within the operating cubicle only when the selector switch is in local position.
Interlock: All electrical and mechanical interlocks which are necessary for safe and satisfactory operation of the circuit breaker shall be furnished.
Bushings
The bushings shall be of the porcelain gas filled, designed to have ample insulation, mechanical strength and rigidity for the conditions under which they will be used.
Insulator: a) Insulator shall be wet process porcelain, brown glazed and free from all blemishes.
Metal parts and hardware shall be hot dip galvanised/ aluminium anodized. b) Insulator shall have adequate mechanical strength and rigidity to withstand the duty
involved. c) When operated at maximum system voltage, there shall be no electrical discharge. d) Shielding rings, if necessary, shall be provided. e) Insulation shall be coordinated with basic impulse level of the system. The creepage
distance shall correspond to heavily polluted atmosphere of 31mm/kV. f) The bushing shall not be subjected to direct point loading. They shall be provided with
neck around clamps for evenly distributed pressure. g) The bushing shall be mounted using suitable clamps and gasket arrangement to
provide required degree of protection. h) The bushing assembly shall be provided with lock nut and check nut which will be non-
magnetic and non-corrosive. i) The provision shall be kept on roof bushing assembly to adopt arcing horn. j) The lifting arrangement shall not cause any effective loss of creepage distance/ phase
to earth clearances as specified in the IEC. Type of mounting: The circuit breaker shall be suitable for mounting on fabricated galvanised steel pedestal which shall be supplied along with the breakers. CT mounting bracket will also be supplied along with the breaker and shall be galvanised this is of prime importance for the bus Coupler arrangement. Terminal connectors: 2500Amp. current rating terminal connectors of the circuit breakers suitable for connecting
Page | 255
to Bull, Twin Bull Conductor shall be supplied along with the breakers. Suitable earth connectors for earthing connections shall also be supplied with the circuit breakers. The terminal connectors shall conform to relevant IEC standard Accessories
The Contractor shall furnish following accessories as an integral part of each circuit breaker:
(a) Padlocks and duplicate keys (b) Space heaters equipped with thermostatic controls (c) Local/remote control switch (d) Operation counter (e) Earthing pad (two) (f) Terminal boards with six spare terminals (g) Two earthing terminals (h) Auxiliary relays (i) Motor contactor with thermal release for spring charging motor (j) Nameplate (l) Other necessary accessories, 110V DC Spring Charging Motor.
Spare Parts
For each type of circuit breaker, the spare parts shall be provided in required quantities as listed in Price Schedule. Further spare parts as recommended by the manufacturer shall also be included in the Price Schedule.
Please note, if any of the spare parts are considered not required by the EMM, it can be deleted during Contract negotiation, Local Support and agent for spares, Lead time for Delivery schedules shall be provided.
1.4 TESTS
Routine Tests
On completion each circuit breakers shall be subjected to following routine tests. As far as practical, the procedure of IEC shall be followed:
(a) Construction Inspection (b) Leakage Test (for VACUUM circuit breaker) (c) Operating Speed Check (d) Dielectric test (e) Control and secondary wiring check test (f) Mechanical operation test (g) Operating mechanism system check (h) Voltage withstand test on auxiliary circuits (i) Measurement of resistance of main circuit of each pole (j) Power frequency voltage withstand test on main circuit of each pole and the
combination of poles and breaker frame.
Design Tests
Following design tests shall be performed on the offered model.
Page | 256
The circuit breaker design tests shall include following: a. Lightning Impulse Voltage Test. b. Dielectric tests. c. One Minute Power Frequency Test (Wet & Dry). d. Short time withstands current and peak withstand current test. e. Basic short circuit duties test. f. Single phase short circuit test. g. Mechanical Operation Test as per M-2 class. h. Out of phase making & breaking test. i. Capacitive current switching test. j. Cable Charging Test. k. Single Capacitor Bank Current Switching Test. l. Measurement of resistance of main circuit. m. Temp. rise test. n. Environmental Tests: o. High Temperature Test as per clause No. 6.101.3.4 of IEC:62271-100
OR p. Documenting satisfactory circuit-breaker field experience in at least one location
with ambient air temperatures frequently at or above the specified maximum ambient air temperature of 50 °C.
q. IP-55 test (for cubical/control cabinet). r. Any other type tests not specified above but covered as per amendment/latest
edition of relevant IEC. The Bidder shall submit copy of design test report from recognized testing laboratory for the circuit breaker of the offered model along with the bid Field Tests
After installation at Site, the circuit breaker shall be subjected to the following field tests:
(a) Construction inspection (b) Measurement of insulation resistance of main and auxiliary circuits (c) Operating speed check (d) Mechanical operation test (e) Operating mechanism system check (f) Anti-pumping test
1.5 PERFORMANCE GUARANTEE
The performance guarantee figures quoted on the schedule of Technical Data shall be guaranteed within the tolerances permitted by relevant standard and will become part of successful Bidder's Contract. Tolerance on test results: As per relevant IEC standards / specification.
1.6 DRAWINGS, DATA AND MANUAL
The outline drawings of the breaker and control cubicle with accessories shall be furnished. After award of Contract submit the required number of copies of the following drawings and data for approval of the Employer.
(a) General equipment layout (b) Outline drawings of the breaker and control cubicle with accessories (c) Loading data and foundation detail
Page | 257
(d) Elementary control wiring diagrams (e) Internal wiring diagrams (f) External connection diagrams, showing terminal boards and other external
Connection points for each assembly and the required interconnecting wiring (g) Drawings showing typical cross-sections of the operating mechanism and the
breaker mechanism (h) Drawings showing typical cross-section and assembly of interrupting device (i) Drawings showing assembly of principal component parts and accessories (j) Drawings showing details of bushings or porcelain supporting columns,
including dimension details of flanges and outline dimensions (k) Drawing to show details at all points where adjustments may be made to
operating dimension mechanism, breaker mechanism and contact (l) Any other drawings and data required for design and installation of circuit breaker. (m) Instruction manual for storage, installation, operation and maintenance of circuit
breaker and operating mechanism.
1.7 NAMEPLATE
Circuit breaker shall be provided with a nameplate of weather-resistant material fitted in a visible position. It shall show the following items as a minimum.
(a) Circuit Breaker (Note: Circuit breaker and operating cubicle nameplates may be
combined)
- Manufacturer's name - Manufacturer's serial number and type designation - Year of manufacture - Rated voltage, kV - Rated insulation level, kV - Rated frequency, Hz - Rated nominal current, A - Rated short-circuit breaking current, kA - Rated short circuit making current, kA - Rated operating cycle (duty cycles) - Rated short time current & duration, kA/s - Rated operating sequence (duty cycles) - Type of operating mechanism - First pole to clear factor - Rated interrupting time, cycles - Rated operating pressure (VACUUM), kg/cm2
- Weight of circuit breaker, kg - Parts list number
(b) Operating cubicle (Note: Operating cubicles and circuit breaker nameplates may be combined.)
- Manufacturer's name - Manufacturer's serial number and type designation - Year of manufacture - Rated supply-voltage of closing and opening devices, V
Page | 258
- Rated supply-frequency of closing and opening devices, Hz - Closing current, A - Tripping current, A - Rated supply-voltage of auxiliary circuits, V - Rated supply-frequency of auxiliary circuits, Hz - Parts list number
1.8 SPECIAL TOOLS
In addition to the tools, which are regularly furnished with such breakers, the Contractor shall also supply all necessary special tools or equipment for assembling and disassembling the breaker Special Test Plugs and test equipment’s accessories shall be supplied as part of special tools.
1.9 PERFORMANCE WARRANTY PERIOD: The performance warranty period shall be 5 (Five) years from the date of receipt of equipment along with all accessories.
APPENDIX 1.3-1 TECHNICAL PARTICULARS OF VACUUM POST TYPE CIRCUIT BREAKERS
SCHEDULE A SCHEDULE B
1. Type Vacuum, outdoor type Post Type
2. Voltage rating: a) Nominal system voltage 33kV b) Rated maximum voltage 36kV 3. Insulation level
a) Impulse withstand voltage 170kV (crest)
b) Power-frequency withstand voltage (1 min.) 75kV (crest)
4. Frequency 50Hz 5. Current rating
a) Rated continuous current FDR BKRs 1600A b) Short circuit breaking current 31.5kA c) Short circuit making current 62.5kA 6. Creepage distance 31mm 7. Auxiliary supply
a) Control circuit 110V DC
b) Space heater and auxiliary equipment.
AC, 230/400V, 50Hz
8. Operation Three -pole operation type
9. Number of possible operations without maintenance :
For breaker contact with: - Rated short circuit breaking current Not less than 10
Page | 259
(31.5kA)
- Rated normal current (3150A) Not less than 2,000
For mechanism Not less than 2,000
10. Reclosing duty cycle O-0.3 sec-CO-3 min-CO
11. Total maximum break time 60ms 12 First pole to clear factor 1.3 13. Additional Auxiliary Contacts 8 NO, 8 NC 14. Maximum make time 120ms 15. Spring charging motor 110V DC
SECTION 2: INDOOR SWITCHGEAR EQUIPMENT: EDEN PARK SUB 33kV SUBS TECHNICAL SPECIFICATION – 6.6KV METAL CLAD SWITCHGEAR 2.1 DESIGN CRITERIA
The switchgear shall be designed to ensure satisfactory operation under the site and system operating conditions as per the design criteria described in tender document. Below Spec will provide detailed descriptions, requirements for the Switchgear Panels, Insulation Material, Circuit Breakers, Current Transformers, Voltage Transformers, Protection Relays, Metering, Measuring, Indicating and Control devices and other equipment’s Or Devices will be given on the Control Plant SPEC,
2.1.1 GENERAL REQUIREMENTS
a) The switchgear shall be single busbar, (air or SF6 –EMM to indicate option) insulated suitable for accommodation within a building and capable of continuous operation under the climatic conditions existing at the site.
b) The design of the switchboard shall be such as to enable bay extensions at either end with the minimum of disturbance to the installed equipment and without complete shutdown of the switchboard. The design shall allow high voltage testing of the extended busbar section and bays while the other busbar sections and bays are in normal operation.
c) The equipment offered shall be adequately protected from all types of system voltage surges and any equipment necessary to satisfy this requirement over and above what is specified, shall be included.
Page | 260
d) The design shall include all facilities necessary to enable the performance of the specified site checks and tests to be carried out. The Contractor shall state the test facilities provided and indicate any attachments or special equipment provided for this purpose.
e) Switchgear dimensions, opening etc shall be co-ordinated with existing civil building layout, floor opening and beam locations etc. Any additional dummy panels as required to suit the civil layout, opening and beams shall also be supplied within the overall quoted price of switchgear.
2.2 GENERAL ARRANGEMENT & CONSTRUCTION
a) All switchgear shall be of the extensible metal clad (compartmental design), air insulated or SF6 Insulated, indoor, and draw-out type complying with IEC 62271-200 unless specified to the contrary in the Specification. All materials, components used and the switchgear itself shall conform to the relevant IEC standards. In case of the equipment offered is to any other equivalent international standard, the acceptance of such equipment will be subject to the approval by EMM. One copy of such standards shall be furnished along with the Tender
b) The 11kV switchgear shall be equipped with single set of three phase insulated busbars which shall comply with relevant IEC standards. The busbars shall be clad with solid insulation throughout.
c) The busbar joints shall be insulated by preformed insulation and shall be detachable type suitable for inspection of bolt tightness at joints.
d) The insulating material used shall be capable of withstanding the heating effects of the rated short time current without permanent deformation or deterioration.
e) The circuit breakers shall be VACUUM type and have approved means of isolation and circuit and busbar earthing.
f) The equipment shall be dust-proof, rodent and insect proof. g) The external effects of internal arc shall be limited by a suitable design to prevent
any danger to an operator during the time he is performing his normal duties. Test evidence to verify the design will be required.
h) Complete protection by covers and partitions shall be provided against approach to live parts or contact with internal wiring parts. Particular attention shall be paid to drive linkages, bushings, earth bars and the like to ensure that the enclosure classification is not reduced when these pass through compartments.
i) Cast iron shall not be used for any part, which may be subjected to mechanical shock.
j) Materials shall wherever possible, be non- hygroscopic and non-flammable. k) Insulating materials shall have a high resistance to tracking. l) The switchboards shall be suitable for installation in a building with a cable
basement and mounting on a concrete floor. All necessary foundation bolts/fixing bolts and rails shall be provided and the cost included in the Tender Price.
2.3 SERVICE CONDITIONS
From the geographical condition as specified on PART A Section II shall be applied, however the area where the switchgear panels shall be installed is categorized into the tropical climate zone. In choosing materials and their finishes, due regard shall be given to the humid tropical conditions under which the switchgear panels shall be called upon to work. The manufacturer of the switchgear panels shall submit details of his usual practice of tropicalization which have proven satisfactory for application to the switchgear panels and associated equipment’s to prevent rusting and ageing in the tropical climate zone of South Africa within Gauten Province. The approximate applicable standards for Gauteng tropicalization have been listed, however it remain
Page | 261
the contractors responsibility to ensure that proper tropicalization information is obtained. Switchgear room Temperature. Note: The Control shall be equipped with 2 x 18BTU Air conditioners, however. The switchgear shall be designed to be installed in a room without air conditioning but with ventilation to allow natural cooling. Therefore all the protection and control devices employed shall be capable of operating in this environment without failure for their designed life time. Particularly the power supply modules of the protection and control devices shall be designed for minimum heat generation and effective heat dissipation to ensure that the temperature of these devices enclosed in the relay panels at the above listed ambient temperatures shall not exceed the maximum operating temperature of the device.
2.3.1 Tropicalization
All equipment must be designed for operations in the severe tropic climate conditions and fully comply with climatic aging tests as per IEC 60932-class 2.
Climatic condition moderately hot and humid tropical climate conducive to rust and fungus growth.
The climatic conditions are prone to wide variations in ambient conditions and hence the equipment shall be of suitable design to work satisfactorily under these above conditions.
S/N System particulars: Description
SCHEDULE A SCHEDULE B
2.3.1.a
Max. ambient air temperature
: 50 Deg. C
Max. relative humidity : 100 %
Max. annual rainfall : 1450 mm approx.
Max. wind pressure : 150 kg/sq.m approx.
Max. altitude above mean sea level
: 1800 mtrs.
Isoceraunic level : 50 approx.
Seismic level(Horizontal acceleration)
: 0.3 g approx.
Reference Ambient Temperature for temp. rise
50 deg C approx.
Page | 262
System Service Parameters Electrical
S/N System particulars: Description
SCHEDULE A SCHEDULE B
2.3.1.b
Nominal system voltage 11 kV
Corresponding highest system voltage
12 kV
Frequency 50 Hz±3%
Number of phases 3
Neutral earthing Solidly grounded
Short Current Rating 31.5 kA
Auxiliary supplies available at the various sub-stations are as follows:
S/N System particulars: Rating:
SCHEDULE A SCHEDULE B
2.3.1.c
A. C. Supply : 40 volts with ± 10% variation
D.C. Supply : 110 V DC with +10% to – 15% variation
Frequency : 50 Hz with ± 5% variation
3 CURRENT RATING
a) Current-carrying part of the switchgear including CB, current transformers, conductors, busbars, connections and joints shall be capable of carrying its specified rated normal current continuously and in no part shall the temperature rise
Page | 263
exceed the values specified in relevant IEC Standards at ambient temperature. Assistance from any forced cooling to maintain IEC rating is not allowed.
3.1 CONNECTIONS TO 6.6kV MV RETIC
a) The switchgear shall be so arranged that all outgoing main and auxiliary cables shall be taken from the bottom.
b) The TRF incomer feeder shall be suitable for connecting 3 to 4 Nos. 6.6kV single core 630 sqmm Cu. XLPE cable per phase.
c) The circuit breakers shall be complete with high integrity operating and isolating mechanisms, primary and secondary disconnecting devices, auxiliary contacts, manual tripping facilities, operations counter, mechanical position indicator, control wiring, auxiliary relays and contactors as required.
3.2 Circuit-Breakers
- Circuit breakers employing gas as an interrupting medium shall operate on the principle of self-generated gas pressure or rotating arc for arc extinction. Means of confirming the existence of adequate gas density in the circuit breakers shall be available without removing the unit from service. The system of gas monitoring shall be temperature compensated and with sufficient contact for alarm and lockout.
- The gas system shall be monitored by a temperature compensated pressure switch, which shall give an alarm for abnormal pressure within any part of the circuit breaker. The alarm shall be received before the gas pressure has reached a level preventing safe interrupting of faults up to the design level of the circuit breaker.
- A second pressure switch shall be provided to prevent electrical operation of the circuit breaker when the gas pressure drops below the level for safe interruption of faults up to the design level of the switchgear. At this pressure the insulation properties of the circuit breaker shall not be reduced.
3.3 OPERATING MECHANISM
- The circuit-breaker operating mechanism shall be of the motor wound spring type. - Operation will normally be from a “Remote” position but facilities shall be provided for
operation locally by electrical release and by direct manual release from stored energy devices. It shall be possible to lock each local control function when circuit breaker is in the open position. Operation counters of non-resettable type shall be fitted to all circuit-breaker mechanisms.
3.3.1 Design data low voltage equipment
Low voltage equipment and installation shall be designed in accordance with EMM directives. The rating and design criteria for low voltage equipment shall be as follows: AC Supply Rating system
Page | 264
Rated voltage between phase 430V
Connection type 3ph 4wire
Rated voltage between phase to earth 240 V AC with +/-2%
Frequency 50 HZ
Voltage variation +/-10%
Power frequency 1 min, Test Voltage 3 kV
Max short-circuit Current 31.5 kA
DC Auxiliary Supply Rating
Equipment/Device Rated voltage 110V DC
Connection type Connection type
Voltage variation 85 – 137 V DC
3.3.2 CONSTRUCTION FEATURES 11KV INDOOR SWITCHGEAR: 31.5kA for all 6.6kV MV
3.3.2.1.1. Switchgear for Indoor installation shall be metal clad, draw-out type and fully compartmentalised having 31.5 kA short time current rating. All panels shall be of unitized construction providing facility for extensions on both sides. Three types of switchgear panels are required, viz. the incomer panel, the bus section panel and the feeder (outgoing) panel.
3.3.2.2. The switchgear will be installed in a separate switchgear room, but the controls under normal conditions will be from the 11 kV remote supervisory control desk installed in the main control room.
3.3.2.3. Circuit Breakers used shall be Metal Clad of specified rating for the various types. The design of the breaker truck shall be such that there will be flexibility of interchanging between incomer, bus-section and feeder trucks, where similar rated breakers are offered.
3.3.2.4. Bill of materials:
Bill of materials for the incomer, bus section and feeder panels shall be as follows:
3.3.2.4.1. Incomer panel
Page | 265
S/N System particulars: draw out type Vacuum circuit breaker
SCHEDULE A SCHEDULE B
3.3.2.4.1
Continuous current rating
TRF BKRS
2500 Amps,
Short time current rating 31.5 kA for 3 sec
3 nos. current Transformers of ratio
2500 (2400)-400 /1A.
3 nos. single phase PTs of ratio connected to the incomer with proper fuse protection arrangement.
6.6KV/110V/110V
V3/V3/V3
One mechanical ON/OFF indicator
Yes
One mechanical 'spring charged' indicator.
Yes
One T-N-C control switch for circuit breaker.
Yes
Remote-Local switch for circuit Breaker
Yes
Relay instruments etc. as per clause 5.7
Yes
Set of MCBs, stud type terminals and control wiring & Fuse and link for Motor Starter
Yes
Three nos. of space heaters with thermostat control, one each for the breaker chamber, bus bar chamber and the CT/cable chamber along with a common MCB mounted inside LT control wiring.
Yes
Page | 266
3.3.4.2. Bus-section panel
S/N System particulars: draw out type Vacuum circuit breaker
SCHEDULE A SCHEDULE B
--.4.2
Continuous current rating
Bus/ Sec BKRS
2500 Amps,
Short time current rating 31.5 kA for 3 sec
3 nos. current Transformers of ratio
2500(2400)-400/1A
One mechanical ON/OFF indicator
Yes
One mechanical 'spring charged' indicator.
Yes
One T-N-C control switch for circuit breaker.
Yes
Remote-Local switch for circuit Breaker
Yes
Relay instruments etc. as per clause 5.7
Yes
Set of MCBs, stud type terminals and control wiring & Fuse and link for Motor Starter.
Yes
Three nos. of space heaters with thermostat control, one each for the breaker chamber, bus bar chamber and the CT/cable chamber along with a common MCB mounted inside LT control wiring.
Yes
Page | 267
3.3.4.3. Feeder (outgoing) panel
S/N System particulars: draw out type Vacuum circuit breaker
SCHEDULE A SCHEDULE B
5.1.4.3
Continuous current rating
MV Retic BKRS
800 Amps,
Short time current rating 31.5 kA for 3 sec
3 nos. current Transformers of ratio
800-200/1A
One mechanical ON/OFF indicator
Yes
One mechanical 'spring charged' indicator.
Yes
One T-N-C control switch for circuit breaker.
Yes
Remote-Local switch for circuit Breaker
Yes
Relay instruments etc. as per clause 5.7
Yes
Set of MCBs, stud type terminals and control wiring & Fuse and link for Motor Starter.
Yes
Three nos. of space heaters with thermostat control, one each for the breaker chamber, bus bar chamber and the CT/cable chamber along with a common MCB mounted inside LT control wiring.
Yes
Page | 268
3.3.3 Design data for Medium voltage plant and equipment The rating and design criteria for the MV plant and equipment shall be as follows:
Item Parameters SCHEDULE A SCHEDULE B
System description 50 Hz, 3 phase, 3 wire
Neutral point earthing Solid earthed
Nominal system voltage 11 kV
Highest system(Service) voltage
12 kV
Highest Equipment Rated voltage
17.5 KV
Minimum rated continuous current of circuit breakers
Given in the in equipment specifics
Lightning impulse withstand voltage (1.2/50 μs kVpeak)
95 kV
3.3.4 BUSBAR:
3.3.4.1. 11 kV bus bars shall be of electrolytic copper and shall be rated for 2500 Amps continuous current. Cross sectional area shall not be less than to carry Current density of 2500A and it shall be considered for the bus bars design. The bus bar edges/ ends shall be rounded off/ chamfered so that there will not be any sharp edges/projections.
3.3.4.2. 11kV bus support insulators and other equipment insulators shall have a minimum creepage distance of 127 mm. These insulators shall be of solid core porcelain or epoxy resin cast, with suitable petticoat design. Insulators shall have cantilever strength of not less than 1200 KgF.
3.3.4.3. All fasteners (Nuts Bolts) used for bus bar connections shall be of non magnetic stainless steel.
Belleville type washers shall be provided for each nut bolt. If the fasteners used are not of stainless steel the tenderer shall state in their offer the material used and confirm that the same is non-magnetic and is superior to stainless steel.
3.3.4.4. The bus bars along with their supporting insulators etc. shall have a short time current rating of 31.5kA for 3 sec. This shall be confirmed by the tenderers in their technical offer.
Page | 269
3.3.4.5. Clearances between phases and between phase and earth shall be kept liberally so as to obtain high reliability.
3.3.4.6. If any special insulating material is proposed to achieve the effect of above clearances details of the same shall be furnished in the technical offer.
3.3.4.7. Test certificate of bus bar for rated STC rating shall be submitted, along with offer, otherwise necessary confirmation shall be given in the offer for submitting the same for approval to EMM prior commencement delivery.
3.3.5. CIRCUIT BREAKERS:
3.3.5.1. The circuit breakers offered shall be Metal Clad Vacuum Circuit Breakers and of horizontal draw out Horizontal Isolation type. Breakers shall be of 3 pole design for use in 11 kV indoor switchgear.
3.3.5.2. The circuit breaker shall have 31.5 kA for 3 sec. short time current rating. The circuit breaker for incomer and bus section shall have 2500 Amps.
Continuous current rating and for feeders shall have 800 Amps continuous rating. Circuit breaker shall be suitable for rapid reclosing cycle i.e. O-0.3 sec.-CO-30 sec.-CO.
3.3.5.3. The circuit breaker shall be provided with motor operated spring charged closing.
Spring charging motor shall be suitable for 240V, 50 Hz, single phase AC. Suitable rating starter shall be provided for Motor protection. Spring release coil for closing shall be suitable for 110V DC. Provision shall be available for charging the springs manually as well, and to close CB mechanically.
3.3.5.4. Tripping of the circuit breakers shall be through "Shunt trip" coils rated for 110V DC auxiliary supply. It shall be possible to trip the breaker manually in case of necessity.
3.3.5.5. All circuit breakers shall have mechanical ON/OFF indicator and spring charge indicator. These shall be visible from the front without opening the panel door. Also there shall be provision for mechanical (manual) tripping and also for manual charging of the springs.
3.3.5.6. Each operating mechanism of the circuit breaker shall be provided with adequate number of Cam/Snap type auxiliary switches of normally open and normally closed contacts for the control and operation of the equipment with continuous current rating of 10 Amp. The Breaking capacity of the contacts shall be minimum 2 A with circuit time constant less than 20 milli seconds at the rated D.C. voltage. Normal position of auxiliary switches refers to contact position when circuit breaker is open.
3.3.5.7. Adequate numbers of "NO/NC" contacts of the C.B. shall be wired up to the terminal block for connection to the remote supervisory desk for indication. Interlocks, etc., as described in this specification. Following contacts shall be wired up to the terminals and clearly marked up in the relevant drawings.
a. Terminal for remote indication of breaker ON/OFF.
b. Terminal for remote indication of spring charge.
Page | 270
c. Terminal for remote indication of trip ckt. healthy (Pre close and post close)
Minimum 4 pair each of "NO/NC" contacts shall be available as spare for use in the remote control desk for various/interlocks, voltage selection etc.
3.3.5.8. Insulation level of auxiliary contacts shall be 1100 volts, 2.5 kV for 1 min.
3.3.5.9. Safety shutters which close automatically to prevent accidental contact with the live bus after withdrawal of the C.B. shall be provided.
3.3.5.10. The tenderer shall offer suitable earthing trolleys to facilitate earthing of out-going feeder circuits. Unit prices of earthing trolleys shall be quoted, per set two earthing trolleys are required.
3.3.5.11. Electrical anti pumping device shall be provided for breaker.
3.3.6 CIRCUIT BREAKERS CONTROL SWITCH: Circuit Breakers Control Switches should have finger touch proof terminals. For the
convenience of maintenance, screw driver guide should be from top/bottom of the switch and not from the side. Terminal wire should be inserted from the side of the switch terminal.
Terminal screws must be captive to avoid misplace during maintenance. Switch shall be with 48 mm x 48 mm escutcheon plate marked with Trip & Close. Circuit Breakers control switch shall be Non- discrepancy type Trip-neutral-close, with pistol grip handle must be pushed in to spring return to either trip or
close position from Neutral position for safety and not just turn to trip. One contact to close in each position of Trip and Close. Contact not required in Neutral
position. 4 CURRENT TRANSFORMERS
a) Current transformers shall be located on the feeder side of the circuit breaker and on both sides for bus section CB and shall be part of panel assembly. CTs shall be encapsulated and protected from the adverse effect of atmospheric conditions.
b) Current transformers shall be supplied as detailed in the Schedule of Requirements and as per single line diagram and comply with the requirements of IEC 60044-1 as appropriate and as per the metering/protection and supervisory requirement as called for in the specification. Generally, the cores for measuring instruments shall have accuracy class of 0.5% or better and saturation factors below five
c) The C.Ts. being prone to failure due to various reasons, the quality and reliability of the d) CTs are of vital importance. C.T. shall be rated for 31.5 kA for 3 sec. short time current. e) Insulation used shall be of very high quality, details of which shall be furnished in the
technical offer. f) The instrument security factor for metering core shall be low enough but not greater
than 5 at lower ratio. This shall be demonstrated on metering core in accordance with the procedure specified in relevant IEC
g) Primaries shall be wound or bar type, rigid, high conductivity grade copper conductor. h) Unavoidable joints on the primary conductor shall be welded type, preferably lap type. i) Suitable insulated copper wire of electrolytic grade shall be used for CT secondary
winding. Multi ratio in CT shall be achieved by reconnection of secondary winding tapping.
j) Secondary terminal studs shall be provided with at least three nuts, two plain and two spring washers for fixing leads. The stud, nut and washer shall be of brass, duly nickel plated. The minimum outside diameter of the studs shall be 6 mm. The length of at least 15 mm shall be available on the studs for inserting the leads. The space clearance between nuts on adjacent studs when fitted shall be atleast 10 mm.
Page | 271
k) The CTs shall be resin/epoxy cast. Contact tips on primary terminals shall be silver plated. Correct polarity shall be invariably marked on each primary and secondary terminal.
4.1 Details of CTs
S/N System particulars: CT SCHEDULE A SCHEDULE B
a
Applicable Standards IEC 185
Insulation level 12/28/75 kV
Class of Insulation E
Short time current 31.5 kA for 3 sec. CT Details Incomer Bus coupler Feeder
S/N System particulars: CT SCHEDULE A SCHEDULE B
b
CT Ratio 2500-400/1A 2500-400/1A 800/400-200/1A
Class of accuracy
Page | 272
S/N SYSTEM PARTICULARS: CT
SCHEDULE A
SCHEDULE B
C CORE I 0.2 0.2 0.2
CORE II 5P20 5P20 5P20 (OR TPS)
Purpose of each core & Burden
S/N System particulars: CT, SCHEDULE A SCHEDULE B
d
Core I Metering,
Core II Protection
Core I I 10VA
Core II 10VA
5 VOLTAGE TRANSFORMERS
a) Voltage transformers shall be of electromagnetic type. b) All voltage transformers shall be supplied as detailed in the Schedule of Requirements
and as per single line diagram. All voltage transformers shall be single-phase inductive type dry units and they shall be of the withdrawable carriage mounted type with plug-in contacts. Means shall be provided for locking the voltage transformers in the service or withdrawn position. Shutters shall be fitted to the spouts, which shall open and shut automatically by the insertion or withdrawal of the voltage transformer and means shall be provided for locking the shutters in open and in closed position. The secondary winding and carriage earth connection shall be made before it is possible to make the primary connections. The spout shutters shall be pointed YELLOW or RED or BLUE depending on whether they are connected to the circuit side or the busbar side the circuit breaker. The Voltage transformer truck, if provided for withdrawable type, shall be earthed separately.
c) All voltage transformers shall have windings of required (but with min. specified) VA output,
d) Voltage transformers shall be suitably designed for connected relay, protection, e) Instrumentation and meters and shall be approved by the suppliers of such equipment.
Design calculations and parameters shall be submitted to EMM for approval at an early stage, prior to manufacture of voltage transformers.
f) The neutral point of the Primary star connected windings shall be solidly earthed in an accessible position and shall be easily isolated for insulation testing.
Page | 273
Details of PTs S/N System particulars: PTs SCHEDULE A SCHEDULE B
a
Applicable Standards IEC 186
Insulation level 12/28/75 kV
Class of Insulation E
Rated voltage factor 1.2 continuous & 1.5 for 30 Sec.
Ratio 11KV/110V/10V V3 / V3 / V3
Burden : Core I 50 VA
Burden : Core II 30 VA.
Class of accuracy Core I Class 0.5 & 3P (dual purpose)
Core II 3P
Purpose : - Metering & protection S/N System particulars: CT, SCHEDULE A SCHEDULE B
b
Core I Metering & protection
Core II Directional protection.
Core II- Connection Star/Star, open delta.
Core II Each secondary core will be protected by suitable MCB.
CUBICLE:
5.2.1. The switchgear cubicle (panel) shall be made of sheet steel of thickness not less than 2mm and shall be free standing floor mounting indoor type. There shall be sufficient reinforcement to have level surfaces resistance to vibration and rigidity during transportation & installation. The compactness of the C.B shall be made use of by the designer to make the switchgear panels as compact as possible. Cubicle shall be dust, moisture & vermin proof, and shall provide degree of protection not less than IP4X. The cubicle shall be designed such that in both the test and isolated position of the C.B truck, the front cover of the cubicle shall remain closed.
5.2.2. Design & construction of the switchgear panel shall be of the highest order. All sheet steel work shall be treated as per the seven tank process before applying primary coating. For the final coat (stowed) epoxy paint colour shade of dove grey to shade shall be used. Alternatively powder coating may also be accepted.
The panels after final painting shall present an aesthetically pleasing appearance, free of any dent or uneven surface.
Page | 274
5.2.3. Two separate earthing terminals shall be provided in each panel and shall be connected to the earth bus within the panel. The earth bus shall be of copper and shall have adequate cross sectional area.
5.2.4. Each of the Switchgear panel shall be of unitised construction with all necessary accessories like end covers etc. However the design shall allow for extension on both sides without limit. Busbar design shall be such that panel to panel interconnection can be carried out without difficulty as and when required.
5.2.5. Explosion vents of suitable design shall be provided on the roof sheet of the
busbar/cable/CT's chambers so as to enable discharge of explosive gases from inside during a flashover. However the provision of explosion vent shall not affect the degree of protection/vermin proofing of the panel.
5.2.6. Power cable Compartment.
5.2.6.1. Power cable compartment shall be provided at the rear of the switchgear panels and shall be suitable for cable entry from the bottom cable trenches. Rear bottom plates of the cable compartment shall be fitted with removable gland plates of adequate size for fixing the cable glands.
5.2.6.2. Cable compartments for the incomer shall be suitable for terminating 4nos. of 4 x 1C x630 sq.mm XLPE cables and that for feeder shall be suitable to accommodate 1 nos. of 240 sq.mm. XLPE cables. Copper terminator strip of suitable size shall be provided for termination of cables and shall have adequate height inside to accommodate the heat shrinkable type indoor cable termination. Cable compartment shall be robust enough & self supporting. The design shall be such that the weight of the power cable within the compartment shall not cause direct pressure on the C.T.studs. Suitable clamping arrangement shall be provided at the bottom of the cable compartment. Each power cable shall be terminated independently.
5.3 CONTROL WIRING:
SEE CONTROL DESIGN SPEC.
5.4.1 LOCKING
- Padlocks shall be provided on the switchgear for locking the withdrawing gear of the circuit breaker, the safety shutters (locks to be coloured red) and the access doors to marshaling compartments or other live parts of the switchgear regularly opened during maintenance. Padlocks shall be provided as listed below. All padlocks shall be of approved type and every lock shall have unique key. Locks and keys shall be permanently identified with details to the approval of the Authority. (Three ordinary keys for each lock shall be supplied).
- Each circuit shall be provided with a lock for each of the following functions:- Locking the circuit breaker in the 'isolated' position. Locking the VT in service or 'withdrawn' position.
- Locking the circuit breaker control switch, ON/OFF pushbutton on the circuit breaker operating mechanism, local/Remote switch, Synchronizing selector switch etc.
Page | 275
- Locking each of the circuit, busbar and VT shutters. 5.4.2 TYPE TESTS:
Switchgear Panel (with circuit breaker installed)
a. Lightning Impulse Voltage withstand Test
b. H.V. dry 1 min power frequency withstand test
c. Short time and peak withstand current test
d. Short circuit test with basic duties
e. Single phase breaking capacity test.
f. Temperature Rise test
B. Circuit Breaker
a. Mechanical Endurance Test
C. Current Transformer
a. Short Time Current Test
b. Impulse Voltage Withstand Test
Temperature Rise Test
D. Potential Transformer
a. Impulse Voltage Withstand Test
b. Temperature Rise Test
E. Control & Relay Panel
a. IP Test
METAL CLAD CIRCUIT BREAKER
Technical Parameters:
DESCRIPTION SCHEDULE A -RATING: SCHEDULE -B
Reference Standard IEC 62271-100
Electrical endurance class E2
Page | 276
Technical Particulars for 6.6 KV Switchgear
To be submitted by Bidder.
S/N Description SCHEDULE B Product Architecture Switching technology
Mechanical endurance class M2
Restrike performance class C2
Nominal Voltage 6.6 kV @11kV
Highest Voltage for equipment 7.2 kV @12kV
Frequency 50 Hz
Power frequency withstand voltage
28 kV at 50HZ/(1.min)
Lightning impulse withstand voltage
95 kV at 1.2/50 μ secs.
Short-circuit breaking current at
6.6 kV 31.5 kA for11kV
Short-circuit making current at 6.6 kV 80 kA for11kV
Duration of short circuit 3 s
Nominal current, incomer
(Site rating at 50 Deg C)
2500 A
Nominal current, Bus section 2500 A
Nominal current, feeders
(Site rating at 50 Deg C)
800 A
Operating sequence O-0.3S-CO-3 min-CO
Supply voltage Closing coil 110 V d.c. /230V Ac
Tripping coil 110 V d.c. /230V Ac
Page | 277
Disconnecting
technology
Insulating technology External Environment Dimensions Applicable standards Ingress protection Rated Voltage Rated Current Rated Busbar Current Rated PF withstand voltage
Rated Lightning
Impulse withstand
Rated frequency
SC withstand current (Main & earth)
Service continuity
Functional units-
Switch
Functional unit-
Circuit breaker
Operating sequence
Functional Unit-
Compact metering
Protection relay Bushings Cable boxes
PART 1.4
SPECIFICATION OF LIGHTNING ARRESTOR
Page | 278
PART 1.4 LIGHTNING ARRESTER
1 GENERAL
This specification covers the design, manufacture, factory test, delivery, installation, field test and commissioning of lightning arresters, complete with all accessories.
The equipment specified in this Section shall conform to the latest edition of the appropriate IEC specifications and/or other recognized international standards. In particular:
IEC 60099-4 Metal-oxide Surge arrester without gap for a.c. system IEC 60099-5 Surge arrester - Selection and application recommendations IEC 60529 Degree of protection provided by enclosures
2 DESIGN REQUIREMENTS 2.1 The lightning arresters shall be suitable for a nominal system of 3 phase, 50Hz solidly
grounded system. Lightning arresters shall be provided at entry points of the overhead transmission lines and both HV & MV sides of the transformers.
2.2 The lightning arresters shall be station type / transformer-tank-mounted, gap less metal
oxide type of rated voltage,
System highest voltage and frequency 36kV, 50Hz Maximum duration of earth fault 3 seconds Power frequency withstand voltage, wet 95kV Lightning impulse withstand voltage 200kVp Fault Current Ratings greater than 20kA Type 2 (high lightning intensity areas) IEC 60099-4
2.3 The active part of the lightning arresters shall be accommodated in single stacked
porcelain insulators, which are suitably reinforced to prevent explosion of an arrester. 2.4 Pressure relief device shall be provided for the safe discharge of internal pressure. 2.5 The lightning arresters shall be preferably mounted on galvanized steel structure.
Terminal connectors for both line and ground terminals shall be furnished. 2.6 Surge monitoring device consisting of surge counter, leakage current measuring
instrument etc., along with insulating bases for mounting at the bottom of the arrester, shall be furnished.
2.7 The surge arrester shall be designed and constructed in accordance with IEC 60099-4 and the requirements of this specification. It shall be suitable for overvoltage protection of distribution networks.
Page | 279
2.8 The housing of the surge arrester shall be made of high quality silicone rubber of the following minimum properties: a) Hydrophobic b) Insensitivity to ultra-violet radiation c) Excellent tracking resistance d) Excellent mechanical impact, abrasion and shear resistance e) Excellent long-term stability and resistance to ageing under climatic and electrical
stresses. 2.9 The surge arrester shall be sealed (end caps) with a controlled permanent seal to ensure
no moisture absorption or deterioration of the metal-oxide element of the surge arrester.
2.10 The surge arrester shall be supplied complete with mounting bracket, fixing accessories and clamp connector suitable for both copper and aluminium conductors of up to 12.5mm diameter. All parts shall be protected against corrosion.
2.11 The mounting brackets for distribution class surge arresters shall be suitable for both
horizontal and vertical mounting on a steel crossarm (U-channel). Station class surge arrester, when required, shall be suitable for pedestal mounting with pitch circle diameter of 76mm.
2.12 The technical features of the lightning arresters are given in Appendix. 3 TEST 3.1 Each lightning arrester switch shall be subjected to following routine tests. As far as
practical, the procedure of IEC shall be followed:
(a) Measurement of reference voltage
(b) Residual voltage test
(c) Internal partial discharge test. 3.2 The lightning arrester design tests shall include following:
(a) Insulation withstand test
(b) Residual voltage test
(c) Long duration current impulse test
(d) Operating duty cycle test
(e) Artificial pollution test
The Bidder shall submit copy of design test report from recognized testing laboratory for the disconnecting switch of the offered model along with the bid.
Page | 280
4 DRAWINGS AND DATA 4.1 The following documents shall be furnished along with the bid:
(a) Standard catalogue identifying the models and ratings being furnished
(b) Outline drawings including dimensions 4.2 The following drawings and data shall be furnished in required number of copies
after award of Contract for approval of Employer:
(a) Outline drawings including dimensions
(b) Foundation and anchor details including dead load
(c) Transport/shipping dimensions with weight
(e) Any other relevant data, drawings and information
5 NAMEPLATE
Each lightning arrester shall be provided with a nameplate of weather resistant material fitted in a visible position showing the following items as a minimum:
(a) Manufacturer's name
(b) Manufacturer's serial number and type designation
(c) Year of manufacture
(d) Rated voltage
(e) Nominal discharge current
Page | 281
S. NO. DESCRIPTION SCHEDULE A SCHEDULE B
1. Type Gap less, Metal – oxide,
2. Mounting Pedestal mounted Outdoor
3. Rated frequency 50Hz
4. System voltage 6.6 kV
5. Rated voltage 9 kV
6. Impulse withstand voltage (BIL) 75 kV (crest)
7. Power frequency withstand voltage 28 kV
8.
Nominal discharge current of 8/20 micro second wave shape 10 kA
9. Applicable Standard IEC 60099-4
S. NO. DESCRIPTION SCHEDULE A SCHEDULE B
S. No. Description 30 kV LA
1. Type Gap less, Metal–oxide, Outdoor
2. Mounting Both tank and pedestal mounted as appropriate
3. Rated frequency 50Hz 4. System voltage 33 kV 5. Rated voltage 30 kV
6. Impulse withstand voltage (BIL) 170 kV (crest)
7. Power frequency withstand voltage 75 kV
8. Nominal discharge current of 8/20 micro 10 kA
second wave shape 9. Applicable Standard IEC 60099-4
Page | 282
PART 1.5
SPECIFICATION OF INSTRUMENT TRANSFORMER
& POTENTIAL TRANSFORMER
PART 1.5 SPECIFICATION OF INSTRUMENT TRANSFORMER
1 GENERAL
This specification covers the design, manufacture, assembly, shop test, supply, delivery, installation works, field test and commissioning of outdoor instrument transformers as specified hereunder.
The equipment specified in this Section shall conform to the latest edition of the appropriate IEC specifications and/or other recognized international standards. In particular:
IEC 60044 Voltage transformers IEC 60044 Instrument transformers IEC 60529 Degree of protection provided by enclosures
2 DESIGN REQUIREMENTS 2.1 Instrument transformers shall be suitable for 50Hz, 3 phases with solidly grounded neutral
system. 2.2 Instrument transformers shall be installed outdoor in a hot and humid climate. All
equipment and accessories shall be provided with tropical finish to prevent fungus growth.
2.3 Capacitor voltage transformers shall be provided with accessories suitable for carrier
equipment. 2.4 Technical particulars of instrument transformers shall be as per Appendices. 2.5 Burden of the instrument transformers stated herein is the minimum value required.
Where higher burden is required to suit the designs, the Contractor shall supply the same without additional cost.
Page | 283
3 CONSTRUCTION FEATURES 3.1 The instrument transformers of 33 kV voltage level shall be oil-filled construction and
shall be designed for outdoor service and suitable for vertical mounting. 3.2 The core and coils of current transformer shall be mounted in a steel tank on the top of
the unit with the primary coil leads extending through insulated bushings for series or multiple connections. A steel base shall support the high voltage bushing and tank. The high voltage bushing shall be sealed to the tank and the base with oil-tight joints.
3.3 The primary terminals of instruments shall include provisions for externally connecting the primary winding. The secondary terminals shall be enclosed in a weatherproof terminal box.
3.5 Porcelain bushings shall have adequate mechanical and electrical strength. The color of porcelain shall be brown.
3.6 The current transformers of 33 kV voltage level shall be epoxy resin encapsulated type
suitable for outdoor mounting. 3.7 SCHEDULE OF REQUIREMENT:
The requirement of 33 KV CTs shall be as under:-
33 KV Current Transformers
2 Protection Cores: Multi-ratio
1600/1400/1200/1000/800/600/400/200/1A
Class TPS: See Table for Vk-Min, Ie Max & Rct Values
2 Buszone Cores: Multi-ratio 1600/1200/1000/1A Class TPS: See Table for Vk-Min, Ie Max
& Rct Values 2 Metering Cores:
Multi-ratio 1600/1400/1200/1000/800/600/400/200/1A
Class 0.2, Burden 10VA
Protection Cores
CORES TERMINALS RATIO (A) VA CLASS Vk MIN (V)
Ie MAX (mA)
Rct @ 75°C (Ω)
1&4 S1-S2 200/1 TPS 200V 504mA 0,8 S3-S4 400/1 TPS 400V 252mA 1,6 S2-S3 600/1 TPS 600V 168mA 2,4 S1-S3 800/1 TPS 800V 126mA 3,2 S2-S4 1000/1 TPS 1000V 101mA 4 S1-S4 1200/1 TPS 1200V 84mA 4,8 S2-S5 1400/1 TPS 1400V 72mA 5,6 S1-S5 1600/1 TPS 1600V 63mA 6,4
Buszone Cores
Page | 284
The bidder should quote prices of above CTs with terminal connector suitable for Bull &Twin Bull conductor.
3.8 STANDARDS:
The design, manufacture & testing of various CT equipment’s, covered by this specification shall comply with the latest issue of following and other applicable standards except the value wherever specified shall be considered relevant:-
Standard-Instrument Transformers
IEC:60044-1 & 2
Equipment’s conforming to other International and IEC Standards which ensure equal or higher quality than the standard(s) mentioned above would also be acceptable. In case the tenderer wishes to offer equipment conforming to other standard, they shall furnish English translation of the relevant standards
3.9 REQUIREMENTS
a) The core shall be of high grade non-aging laminated silicon steel of low hysterics losses and high permeability to ensure accuracy at both normal & over current.
b) The Current Transformers shall be hermetically sealed to eliminate breathing and prevent air and moisture from entering the tank. The method adopted for hermetically sealing shall clearly be stated in detail in the offer. These shall be provided with prismatic oil level gauge and pressure reliving devices capable for releasing abnormal internal pressure where necessary.
c) Arrangement for oil filling/ drain valve/ plug / hole shall be sealed to avoid leakage / pilferage of oil. The arrangement provided shall be indicated in the tender. For load shedding single phasing is adopted in the system. The offered CTs shall be suitable for working under such conditions.
d) For 33 KV CTs only live tank type design shall be acceptable 3.10 TEMPERATURE RISE FOR CURRENT TRANSFORMERS :
The limits of temperature rise of the windings, external surface of the core and other parts of the current transformers when carrying a primary current equal to the rated continuous thermal current at the rated frequency and with rated burden shall be governed by the
CORES TERMINALS RATIO (A) VA CLASS Vk MIN (V)
Ie MAX (mA)
Rct @ 75°C (Ω)
2&3 S1-S2 1000/1 TPS 550V 50mA 2 S1-S3 1200/1 TPS 560V 42mA 2,4 S1-S4 1600/1 TPS 580V 31mA 3,2
Metering Cores
CORES TERMINALS RATIO (A) VA CLASS Vk MIN (V)
Ie MAX (mA)
Rct @ 75°C (Ω)
5&6 S1-S2 200/1 10 0,2 S3-S4 400/1 10 0,2 S2-S3 600/1 10 0,2 S1-S3 800/1 10 0,2 S2-S4 1000/1 10 0,2 S1-S4 1200/1 10 0,2 S2-S5 1400/1 10 0,2 S1-S5 1600/1 10 0,2
Page | 285
provisions of latest issue of IEC standards. The corresponding temperature rise for the terminal connectors shall not exceed at rated continuous thermal current of the CT beyond the limits prescribed in IEC standards or latest issue.
3.11 CORES AND WINDINGS FOR ALL CLASS CURRENT TRANSFORMERS:
a) The current transformers core to be used for metering and instrumentation shall be of the accuracy class 0.2 as specified. The saturation factor, instrument security factor of this core shall be low enough so as not to cause any damage to measuring instruments in the event of maximum short circuit current. Mu-metal or equivalent material shall be used for this purpose. This factor shall not exceed to 5 on all transformation ratio.
b) The current transformers cores to be used for protective relaying shall be of accuracy specified TPS or 5P. The cores shall be designed for a maximum accuracy limit factor of 20 or min. knee point voltage specified as the case may be. The magnetization curves for applicable core shall be furnished by the tenderer along with the tender failing which offer is likely to be ignored.
c) The rating of the secondary winding shall be 1600 (v) on this specification. The secondary terminals shall be brought out in a weather proof compartment on one side of current transformer for easy access and shall be provided with short-circuiting arrangements. Required transformation ratio can be achieved in any manner but the current transformers will have to satisfy the requirement of rated 10 VA burdens, class of accuracy, accuracy limit factor, instrument security factor and short time thermal rating etc.
d) The minimum knee point voltage and maximum secondary winding resistance shall correspond to the lowest ratio. In case tapings are provided on secondary side of current transformers to get the designed transformation ratios, magnetization curves corresponding to all secondary taps must be submitted with the tender.
e) Secondary windings resistances at such secondary tap shall also be clearly specified.
f) The secondary terminal box shall be provided with necessary glands with removable gland plate for control cables. The secondary terminal box shall conform to IP-55 Test.
a) Primary winding shall be made out of high conducting copper. The design density
for short circuit current as well as conductivity for primary winding shall meet the requirement of IEC or latest issue. However for primary winding current density corresponding to the rated short time current shall not exceed 1600A/20k Amps-3s for copper conductor. Suitably insulated copper wire of electrolytic grade shall be used for secondary winding. The tenderer should furnish details of primary winding e.g. Number of primary turns, cross-section, short time current density and normal continuous rated current density in the primary winding so as to meet the requirement of EMM. Winding shall have high mechanical strength for safety against stress.
b) The requirement of current transformers of all classes regarding their ratio error,
minimum keen point voltage, exciting current at knee point voltage, maximum resistance of secondary winding etc. shall have to be coordinated with the requirement of the protective relay and protecting scheme wherever required without any extra cost to EMM.
3.12 Junction Boxes
Junction boxes shall be rigid weatherproof type complete with terminal blocks suitable for cable size having the range up to 2 x 6mm2 for termination of the secondary connections (such as delta or wye connection). They shall be made of metal, which will resist corrosion on both inside, and outside surfaces, otherwise galvanizing shall
Page | 286
suitably protect them. Cover of the junction box shall be of hinge door type complete with door handle. Two drainage holes shall be provided at the bottom of the junction box. In case the junction boxes are steel sheet, the thickness of such steel sheet shall be at least 1.2 mm. Junction boxes shall be sized and arranged to provide easy access for external cables and adequate space for internal wiring and installed equipment. Enclosure protection class of the junction boxes shall be IP55W.
3.13 Terminations
(a) Current Transformers
All current transformer secondary-winding terminals for each ratio shall be connected to terminals on terminal blocks located in the junction boxes. Terminal connectors: The Instrument transformers shall be supplied with bimetallic terminal connectors for both ends suitable for Bull / Twin Bull conductor as per requirement and confirming to IEC standards. Each terminal connector shall be suitable for both horizontal and vertical take-off arrangement. The instruments transformers shall also be provided with two number earthing terminals of adequate size protected against corrosion and metallically clean. Bimetallic strips or sleeves of suitable thickness to prevent bimetallic corrosion shall be provided as a part of the terminal connectors.
4 TESTS
Tests shall be performed as specified hereunder. 4.1 Current transformer
(a) Routine tests
Each current transformer shall be subjected to following routine tests. As far as practical, the procedure of IEC shall be followed:
- Verification of terminal markings - Power frequency withstand test (primary & secondary) - Partial discharge measurement - Power frequency withstand test between sections of primary & secondary windings - Inter turn over voltage test - Determination of errors
(b) Design tests
The current transformer design tests shall include following:
- Short time current tests - Temperature rise test - Power frequency withstand voltage (wet) tests - Lightning impulse withstand tests - Switching impulse withstand tests - Radio interference voltage measurement test
(i) Inductive Voltage Transformer
(a) Routine Tests
Page | 287
Each voltage transformer shall be subjected to following routine tests. As far as practical, the procedure of IEC shall be followed:
- Verification of terminal marking - Power frequency withstand test on primary winding - Partial discharge measurement - Power frequency withstand test on secondary winding - Power frequency withstand test on between sections - Determination of error
(b) Design Tests
The inductive voltage transformer design tests shall include following:
- Temperature rise test - Short circuit withstand capability test - Lightning impulse test - Switching impulse test - Measurement of the radio interference voltage
The Bidder shall submit copy of design test report from recognized testing laboratory for the instrument transformers of the offered model along with the bid.
4.3 Field Tests
After installation at site, all instrument transformers shall be subjected but not limited to the following tests:
(a) Construction inspection
(b) Polarity check
(c) Ratio test
(d) Measurement of insulation resistance
DRAWINGS, DATA AND MANUALS 5.1 The outline dimensional drawings of the equipment shall be furnished with the Bid. 5.2 After award of Contract the required number of copies of the following drawings for
approval of EMM. (a) Outline dimensional drawings of the equipment (b) Transport/shipping dimensions with weights (c) Foundation and anchor bolt details (d) Characteristic and performance data including ratings, ratio and phase angle
curves, accuracy for standard burdens, and thermal burden ratings (e) Instruction books including technical description and complete information for
installation, testing, operation and maintenance with renewal parts data
Page | 288
(f) Any other relevant drawings and data necessary for review of the items stated above.
Page | 289
APPENDIX 1.5-1
TECHNICAL PARTICULARS OF 33kV CURRENT TRANSFORMERS
SN DESCRIPTION 33kV CT for Incomer 1 Type 33kV Epoxy resin capsulated
outdoor for protection and metering 2. Rated primary voltage 33kV 3. Maximum system voltage 36kV 4. Impulse withstand voltage 170 (crest) 5. Rated frequency 50Hz 6. Number of core 3 7. Short time thermal ratings 25kA 8. Current ratio * 1600/1400/1200/1000-200/1A 9. Rated burden for each core * 10VA
10. Accuracy class
TPS for Bus / Transformer Diff, 5P20 for protection and 0.2 for Metering, Investigate X
11 Rated continuous thermal current 1600A Max 11. Creepage distance 850mm (31mm/kV) 12. Applicable standard IEC 60044-1
* CT ratio and Burden will be decided during drawing approval.
Page | 290
PART 1.5.1
SPECIFICATION OF POTENTIAL TRANSFORMER 1.5.1 Scope: This specification provides for design, engineering, manufacture testing of Outdoor Potential Transformer along with Terminal connectors for Projection and metering services in Alberts Dale 33 KV Sub- It is not the intent to specify completely here in all the details of design and construction of equipment. However, the equipment shall conform in all respects to high standard of engineering, design & workmanship and shall be acceptable to EMM who will interpret the meanings of drawings and specification and shall have the power to reject any work or material which in his judgment is not in accordance there with. The offered equipment shall be complete with all components necessary for their effective and trouble free operation. Such components shall be deemed to be within the scope of bidder’s supply irrespective of whether those are specifically brought out in the specification and or the commercial order or not. 1.5.2 STANDARDS: Unless otherwise specified elsewhere in this specification the rating as well as performance and testing of the instrument transformers shall conform but not limited to the latest revision available at the time of placement of order of the relevant standards as listed hereunder :-
Item Standard
Voltage Transformer. IEC:186
First supplement to IEC Publication 186. IEC-186A
Partial Discharge Measurement IEC-270
Instrument T/F measurement of PDs IEC-44(4)
Insulation Co-ordination IEC-171
Coupling Capacitor Divider IEC-358
High voltage testing techniques IEC-60
Method for RIV test on high voltage insulators IEC-8263
Equipment meeting with the requirement of other authoritative standards, which ensure equal or better performance than the standards mentioned above, shall also be considered when the equipment offered by the supplier conforms to other standards salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule. Four copies of such standards with authentic translation in English shall be furnished along with the offer.
Page | 291
1.5.3 Service Conditions: Equipment to be supplied this specification shall be suitable for satisfactory continuous under the following tropical conditions:-
Max. ambient air temperature 50- 60 Deg Cel.
Min. ambient air temperature -+5 Deg Cel.
Average Daily max. ambient temperature 23-40 Deg C
Max. yearly weighed average ambient temperature
32 Deg C
Max. altitude above mean sea level (Meters)
1800m ABSL
Minimum Relative Humidity (%age) 26 Deg C
Maximum wind pressure 195 Kg./m Sq. Moderately hot and humid tropical climate conducive to rust and fungus growth. The climatic conditions are also prone to wide variations in ambient conditions. Smoke is also present in the atmosphere. Heavy lightening also occurs during March to June. 1.5.4. Principal Parameters: The Voltage transformers and potential transformers covered in this specification shall meet the technical requirements listed hereunder.
Page | 292
Principal Technical Parameters:
Item Specification
Type Installation Single phase, oil filled, self-cooled, hermetically sealed, outdoor Post type.
Type of Mounting Steel Structure
Highest System Voltage (KV rms) 36
Suitable for system frequency 50 Hz
Voltage Ratio
a) Rated primary voltage (kV rms)
b) Secondary voltage (volts)
33/√3
Core-I, 110/√3, Class 3P, 50VA
Core-II, 110/√3, Class 0.2, 30VA
Method of earthing the system Solidly earthed
1.2/50 microsecond lightning impulse withstand voltage (kVp) 170
Minute dry & wet power frequency withstand voltage primary (kV rms) 70
Min. creepage distance of porcelain housing (mm) 900
Rated voltage factor 1.2 continuous and 1.5 for 30 seconds
One minute power frequency withstand voltage for secondary winding (kV rms) 3.0
Max. temperature rise over ambient of 60oC As per IEC
1.5. General Technical Requirements: The insulation of the potential transformers shall be so that the internal insulation shall have higher electrical withstand capability than the external insulation. The designed dielectrics withstand values of external and internal insulations shall be clearly brought out in the guaranteed technical particulars. The dielectric withstand values specified in this specification are meant for fully assembled instrument transformer. 5.1.2. Porcelain Housing:
a) The details of location and type joint, if provided on the porcelain shall be furnished by the Supplier along with the offer. The housing shall be made of homogeneous
Page | 293
vitreous porcelain of high mechanical and dielectric strength. Glazing of porcelain shall be of uniform brown or dark brown colour with a smooth surface arranged to shed away rain water particles (fog).
b) Details of attachment of metallic flanges to the porcelain shall be brought out in the offer.
c) The metal tanks shall have bare minimum number of welded joints so as to minimize possible locations of oil leakage. The metal tanks shall be made out of mild steel / stainless steel /aluminium alloy, depending on the requirement. Welding in horizontal plane is to be avoided as welding at this location may give way due to vibrations during transport resulting in oil leakage. Supplier has to obtain specific approval from EMM for any horizontal welding used in the bottom tank.
1.5.3 Surface Finish: The ferrous parts exposed to atmosphere shall be hot dip galvanized or shall be coated with at least two coats of zinc rich epoxy painting. All nuts, bolts and washer shall be made out of stainless steel. 1.5.4. Insulating Oil:
a) Insulation oil required for first filling of the Potential transformer shall be covered in supplier’s scope of supply. The oil shall meet the requirement of latest edition of equivalent IEC.
b) Prevention Of Oil Leakages And Entry Of Moisture: c) The Supplier shall ensure that the sealing of potential transformer is properly
achieved. In this connection the arrangement provided by the Supplier at various locations including the following ones shall be described, supported by sectional drawings. i. Locations of emergence of primary and secondary terminals. ii. Interface between porcelain housing and metal tanks. iii. Cover of the secondary terminal box.
d) Nuts and bolts or screws used for fixation of the interfacing porcelain bushings for taking out terminal shall be provided on flanges cemented to the bushings and not on the porcelain.
e) For gasketed joints. Wherever used nitric butyl rubber gaskets shall be used. The gasket shall be fitted in properly machined groove with adequate space for accommodating the gasket under compression. Oil Level Indicators:
f) Instrument transformer shall be provided with oil sight window at suitable location so that the oil level is clearly visible with naked eye to an observer standing at ground level.
1.5.5 Earthing:
a) Metal tank of the transformer shall be provided with two separate earthing terminals for bolted connection to 50x8mm MS Flat to be provided by the Purchaser for connection to station earth-mat.
b) Potential transformer shall be provided with suitable lifting arrangement to lift the entire unit. The lifting arrangement shall be clearly shown in the general arrangement drawings. Lifting arrangement (Lifting eye) shall be positioned in such a way so as to avoid any damage to the porcelain housing or the tanks during lifting for installation transport. If necessary string guides shall be offered which shall be of removable type.
Page | 294
1.5.6 Name plate The Potential transformer shall be provided with non-corrosive, legible name plate with the information specified in relevant standards, duly engraved punched on it. In addition to these P.O. No. with date, item No. of P.O. & connection diagram shall also be marked in rating plate.
The terminal connectors shall meet the following requirement:
a) Terminal connectors shall be manufactured and tested as per equivalent IEC. b) All castings shall be free from blow holes, surface blisters, cracks and cavities. c) All sharp edges and corners shall be blurred and rounded off. d) No part of a clamp shall be less than 10mm thick. e) All ferrous parts shall be not dip galvanized conforming to IEC. f) For bimetallic connectors, copper alloy liner of minimum 2 mm thickness shall be cast
integral with aluminium body. g) Flexible connectors shall be made from tinned copper / aluminium body. h) All current carrying parts shall be designed and manufactured to have minimum
contact resistance. i) Connectors shall be designed to be corona free in accordance with the requirements
stipulated in IEC. j) Enamel if used for conductor insulation, shall be polyvinyl acetate type and shall
meet the requirements of IEC. Polyester shall not be used. k) Double cotton cover, if used, shall be suitably covered to ensure that it does not
come in contact with oil. l) The temperature rise on any part of equipment shall not exceed maximum
temperature rise specified in IEC. However, the permissible temperature rise indicated is for a maximum ambient temperature of 60 deg C.
m) The instrument transformer shall be so constructed that it can be easily transported to site within the allowable transport limitation and in horizontal position, if the transport Limitations so demand.
n) The Voltage transformers shall be vacuum filled with oil after processing and thereafter hermetically sealed to eliminate breathing and to prevent air and moisture from entering the tanks. Sealing Type oil filling and or oil sampling cocks shall be provided with facility to reseal the same. The method adopted for hermetic scaling shall be described in the offer.
o) Suitable arrangement shall be made to accommodate the expansion and contraction of oil due to temperature variation. The pressure variation shall be kept within limits which do not impair the tightness of the instrument transformer. A pressure relief device capable of releasing abnormal internal pressure shall be provided.
1.5.7 VOLTAGE TRANSFORMER MANUFUCTURING (PT):
a) The primary winding of voltage transformers will be connected phase to ground. b) All the fuses and the links shall be provided at the V.T terminal boxes.
The design of PT shall be based on following requirements:-
1) They must transmit sudden drops of primary voltages. 2) They must have sufficiently low short circuit impedance as seen from secondary. 3) The secondary terminals of the PTs shall be brought out in a weather proof terminal box and
it shall be provided with a removable gland plate. 1.5.8 TESTS:
Page | 295
1.5.8.1 TYPE TESTS OF POTENTIAL TRANSFORMERS (PTs):
a) The equipment offered should be fully type tested. In case, the equipment of the type and designing offered has already been type tested, the supplier shall furnish 4 sets of type test report along with the offer.
b) The type test report should not be more than 5 years old, reckoned from the date of Bid opening and type test should have been carried out in accordance with IEC from EMM approved test House.
c) However temperature rise test although covered under type tests will be conducted by the Supplier on one piece of total ordered quantity of each type at his premises in the presence of the Inspecting Officer of EMM, without any extra charges. EMM reserves the right to demand repetition of some or all the type tests in the presence of EMM representation.
ACCEPTANCE AND ROUTINE TESTS:
- All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the Supplier in presence of EMM representative unless dispensed with in writing by the EMM.
- Immediately after finalization of the programme of routine / acceptance testing, the Supplier shall give sufficient advance intimation to the EMM to enable him to depute his representative for witnessing the testing.
DOCUMENTATION All drawings shall conform to international standards (ISO) ‘A’ series of drawings sheet / IEC Standard Specification. All drawings shall be in ink. All dimensions and data shall be in (mm).Units. LIST OF DRAWINGS:
a) General outline and assembly drawings of the equipment. b) Graphs showing the performance of equipment in regard to magnetization characteristics.
Sectional view showing:
c) General Constructional Features. d) Materials/Gaskets/Sealing used. e) The Insulation & the winding arrangements, method of connection of the primary / secondary
terminals etc. f) Porcelain used and its dimensions. g) Arrangement of terminals and details of connection studs provided. h) Name plate. i) Schematic drawings.
The successful Supplier shall submit four sets of final versions of all the drawings mentioned above within 15 days of date of receipt of acceptance of offer from the EMM. EMM shall communicate his comments/approval on the drawings to the Supplier within one month of date of receipt of above drawings. The Supplier shall, if necessary, modify the drawings and resubmit four copies of the modified drawings for Purchaser’s approval within two weeks from the date of EMM comments. Actual graphs generated at the time of inspection shall be submitted for EMM approval. The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of EMM. All manufacturing and
Page | 296
fabrication work in connection with the equipment prior to the approval of the drawings shall be at the Supplier’s risk. After receipt of EMM approval the Supplier shall submit above drawings /documents along with a soft copy in suitable media, within two weeks. Approval of drawings work by EMM shall not relieve the supplier of his responsibility and liability for ensuring correctness & correct interpretation of the latest revisions of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design workmanship and latest revisions of relevant standards at the time of ordering. GTPs: The technical & guaranteed technical parameters shall be supplied in the format as per Annexure-. The tenders without/ blank GTPs sheet shall be liable for rejection. INSPECTION: All tests and inspection shall be made at the place of the manufacturer unless otherwise especially agreed upon by the manufacturer and EMM at the time of purchase. The manufacturer shall afford the inspector representing EMM, all reasonable facilities, without charge, to satisfy him that the material being supplied is in accordance with the specification. EMM has the right to get the tests carried out at his own cost by an independent agency, whenever there is a dispute regarding the quality of the supply. The manufacturer shall be responsible to pay penalty of 10% of each unit price for each occasion at which the fake inspection call has been made or the material is rejected during testing/inspection by the authorized agency/representative of E. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection CORE WISE DETAILS OF 36KV POTENTAIL TRANSFORMER (PT) OF 3 CORES
SCHEDULE-A SCHEDULE-B
PARTICULARS REQUIREMENTS
Rated primary voltage 33/√3 KV
Type Single phase
No. of secondaries Two
Rated voltage factor 1.2 continuous
Rated voltage (volts) Secondary-I 110/√3
Application Main protection & metering
Accuracy 3P, 0.2
Output burden (VA) 50VA, 30VA
Percentage voltage error & phase displacement (minutes) for respective specified accuracy classes
IEC
NOTE:
Page | 297
Each winding shall fulfill its respective specified accuracy requirement within its specified output range whilst at the same time the other winding has an output of any value from 0 to 100% of the output range specified for the other winding in line with cause. Challenge Clause:- The material offered/received after the inspection by the authorized inspecting officer may again be subjected to the test for or any parameter from any testing house/in-house technique of the EMM & the results if found deviating un-acceptable or not complying to approved GTPs the bidder shall arrange to supply the replacement within thirty (30) days of such detection at his cost including to & fro transportation. In addition penalty @10% of cost of the inspected lot of material shall be imposed.
Page | 298
Warranty Period:- The supplier shall be responsible to replace, free of cost, with no transportation or insurance cost to EMM, up to destination, the whole or any part to the material which in normal and proper use proves the defective in quality or workmanship, subject to the condition that the defect is noticed within 18 months from the date of receipt of material in stores or 12 months from the date of commissioning whichever period may expire earlier. The consignee or nay other officer of EMM actually using the material will give prompt notice of each such defect to the supplier. The replacement shall be effected by the supplier within a reasonable time, but not, in any case, exceeding 45 days/ The supplier shall, also, arrange to remove the defective within a reasonable period, but not exceeding 45 days from the date of issue of notice in respect thereof, failing which, the purchaser reserve the right to dispose of defective material in any manner considered fit by EMM, at the sole risk and cost of the supplier. Any sale proceeds of the defective material after meeting the expenses incurred on its custody, disposal handling etc., shall however be credited to the supplier’s account and set off against any outstanding dues of EMM against the supplier. The warranty for 12/18 months shall be one time.
Page | 299
Page | 300
Guaranteed technical particulars potential transformer SCHEDULE-B
Manufacturer’s type and designation.
Type.
Rated frequency.
Rated Primary voltage.
Number of Secondary windings.
Rated secondary voltage.
Class of Accuracy.
Limits of errors:
i.) Percentage voltage ratio error.
ii.) Phase displacement (Minutes).
Rated burden.
Rated voltage factor & time:
Temperature rise at 1.2 times rated voltage when applied
continuously with rated burden ( Deg C).
Insulation class of
i. Primary windings
ii. Secondary windings
One minute power frequency (dry) withstands test voltage (kv).
One minute power frequency (wet) withstands test voltage.
One minute power frequency (wet) withstands test voltage.
One minute power frequency withstands voltage on secondary (Volts).
a) Creepage distance.
b) Creepage factor.
Standard to which the equipment conforms.
Standard to which the oil conforms.
Total weight of the PT.
Over-all dimensions.
Mounting details.
Weight of the oil.
Page | 301
Total shipping weight.
PART 1.6
DISCONNECTING SWITCH
PART 1.6
DISCONNECTING SWITCH 1 GENERAL
This specification covers the design, manufacture, assembly, shop test, supply, delivery, installation works, field test and commissioning of outdoor type disconnecting switches complete with all accessories for efficient and trouble-free operation as specified hereunder.
The equipment specified in this Section shall conform to the latest edition of the appropriate IEC specifications and/or other recognized international standards. In particular:
IEC 60129 High-voltage alternating current disconnectors and earthing switches IEC 60529 Degree of protection provided by enclosures
2 DESIGN REQUIREMENTS 2.1 The disconnecting switches shall be used for the 50Hz, 3 phase system.
The equipment shall be installed outdoor. All equipment, accessories and wiring shall be provided with sub-tropical finish to prevent fungus growth.
2.3 The maximum temperature rise in any part of the equipment at specified rating shall not
exceed the permissible limits as stipulated in relevant standards. 2.4 The rated peak short circuit current or the rated short time current carried by the
equipment shall not cause;
(a) mechanical damage to any part of the equipment (b) separation of Contacts (c) Insulation damage of "Current Carrying Part".
2.5 The disconnecting switches shall be (center rotating Double Break for36 kV, for 6.6kV
and below centre break) with contact blades moving through horizontal plane. 2.6 The rating, the accessories to be furnished and the schedule of equipment are detailed in
Appendix. 2.7 The disconnecting switches shall be able to carry the rated current continuously and
Page | 302
rated short time current for one seconds without exceeding the temperature limit specified in the relevant standard.
2.8 The disconnecting switches shall be capable of withstanding the dynamic and thermal
effects of maximum possible short circuit current. 2.9 In case of disconnecting switch with grounding switch, the grounding switch shall be
capable of making to a dead short circuit without damage of the equipment or endangering operator. It shall be provided with and interlocking with the corresponding disconnecting switch.
3 CONSTRUCTION FEATURES 3.1 The 3-pole disconnecting switches shall be gang-operated type so that all the poles
make and break simultaneously. 3.2 The disconnecting switches shall be designed for upright/vertical mounting on steel
structure. Disconnecting switches to be mounted on gantry structure shall include necessary steel channels, bolts, nuts, etc.
3.3 The disconnecting switches shall have padlocking arrangement in both "open" and "closed" positions.
3.4 All current carrying parts shall be of non-ferrous metal or alloy. All live parts shall be
designed to avoid sharp points and edges. 3.5 All metal parts shall be of such material and treated in such a way as to avoid rust,
corrosion and deterioration due to atmospheric conditions. Ferrous parts shall be hot-dip galvanized.
3.6 Bolts, nuts, pins, etc. shall be provided with appropriate locking arrangement such as
lock nuts, spring washers, key, etc. 3.7 Bearing housing shall be weatherproof with provision for lubrication. The design,
however, shall be such as not to require frequent lubrication. 3.8 All bearings in the current path shall be shorted by flexible copper conductor of
adequate size (minimum – 150 mm2) to allow the specified fault current through it without injury.
3.9 Main contacts
a. The main contacts shall be of silver-plated copper alloy and controlled by powerful springs designed for floating and pressure point contact.
b. The contacts shall have sufficient area and pressure to withstand the
electromagnetic stresses developed during short circuit without excessive heating liable to pitting or welding.
c. Contacts shall be adjustable to allow for wear, shall be easily replaceable and shall
have minimum movable parts and adjustments.
d. The moving blade shall be made of electrolytic-copper/aluminium tube for centre rotating type disconnecting switch. Rotating feature of the blade at the end of tube
Page | 303
travel for contact wiping shall be provided.
e. Arcing horns shall be provided to divert the arc from main contacts to the separating horns after the main contacts have opened. Arcing horns shall be renewable type.
3.10 Insulators and Terminals
Insulators shall be post type, brown glazed and solid core single stage type.
The porcelain used for insulators shall be manufactured by wet process and shall be homogenous and free from cavities and other flaws.
Caps and pins shall be of the highest quality malleable iron or forged steel and smoothly galvanized.
Arcing horns as required shall be furnished. All insulators of identical ratings shall be interchangeable. The terminals of the disconnecting switch shall be provided with terminal connectors.
4 OPERATING MECHANISM 4.1 Disconnecting Switches
The operating mechanism for 33 kV and above, disconnecting switches shall be motor operated or manual operated EMM to decide on Contract award. The driving motor of the motor operated disconnecting switch shall be suitable for operating on 400/230 V AC supply. The mechanism shall also be equipped with dependable manual operating device for emergency operation when the power operating mechanism is inoperative.
The operating mechanism for 6.6 kV disconnecting switch shall be manual. The operating handle shall be such that it can be operated easily from standing height from ground level. Grounding of handle through copper flexible conductor of adequate size shall be provided.
The control shall be such that the disconnecting switch can be opened or closed from local as well as remote. LOCAL/REMOTE selector switch and OPEN/STOP/CLOSE push buttons shall be provided at the local "Mechanism Box" for local electrical operation. The LOCAL/REMOTE selector switch shall be lockable type.
Starters, relays and limit switches shall be provided as required for operation, indication and interlocks. All electrical controls shall be suitable for 110V DC.
The disconnecting switch shall be provided with a minimum number of eight (8) normally closed and eight (8) normally open electrically separated (Voltage free) auxiliary contacts for system interlock in addition to the auxiliary contacts required for its own indication and operational requirements so as to have a trouble free operation of the system. The contacts shall be convertible type so that normally open contact may be converted to normally closed contact and vice-versa at site.
All auxiliary contacts shall be wired up to terminal block in local mechanism box. All auxiliary contacts shall be silver plated and shall have positive wiping action when closing.
The auxiliary contacts shall be adjustable type to suit the following requirements.
Page | 304
(a) Signaling of "closed position" shall not take place unless main power contacts
have reached a position so that rated normal and short time current can be carried safely.
(b) Signaling of "open position" shall not take place unless the main power contacts
are at a safe isolating distance.
The operating device, auxiliary switches and all other devices shall be housed in a weatherproof box of sheet steel / aluminium alloy construction. The enclosure protection of the mechanism box shall be IP-55W as per IEC. The thickness of the sheet steel shall be at least 2mm. In the case of aluminium alloy, the operating box shall be of robust design. The box shall have gasket-hinged door with lock and key. The box shall be suitable for fixing on disconnecting switch steel structure. A 4mm thick removable gland plate shall be provided at the bottom of the box for cable entry. The box shall be mounted at a safe working clearance from the live parts of switches. Thermostat-controlled space heater with ON-OFF switches rated 230V, 1 phase, 50Hz shall be provided to prevent condensation within the mechanism box.
4.2 Grounding Switches
The grounding switch shall be triple pole manually and gang operated. The mechanism shall be such that one operator alone shall be able to operate without undue effort. Electrical and mechanical interlocking shall be provided for the safe operation of grounding switch. The grounding switch shall be capable of withstanding the electrical and mechanical stresses developed by a short circuit current specified in Appendix. The cross-section of the flexible copper connection between rotating shaft and structure shall be capable to allow specified fault through it without injury but of minimum size 150 mm2. Arrangement shall be provided to padlock the grounding switch in open and closed positions. The operating handle shall be such that it can be operated easily from standing height from ground level. Grounding of handle through copper flexible conductor of adequate size shall be provided. Each grounding switch shall be provided with four (4) normally closed and four (4) normally open contacts for remote indication and interlocking purpose. All the auxiliary contacts and interlocking coils shall be housed in a mechanism box. The box shall be suitable for fixing on grounding switch steel structure. A 4mm thick removable gland plate shall be provided at the bottom of the box for cable entry. Auxiliary contacts shall be suitable for 0.5A, 110V DC inductive breaking duty. The auxiliary coils shall be suitable for 110V DC supply.
5 TESTS (a) Routine Tests On completion each disconnecting switch shall be subjected to following routine tests. As
far as practical, the procedure of IEC shall be followed: - Power frequency voltage dry test - Measurement of resistance of main circuit - Control and secondary wiring check tests - Mechanical operation test
(b) Design Tests The disconnecting switch design tests shall include following: - Dielectric tests, including impulse withstand tests - Radio interference tests - Temperature rise tests
Page | 305
- Short-time withstand current tests - Operating and mechanism endurance test - Voltage drop test. The voltage drop across one complete phase of a switch shall be measured when carrying rated current. The Bidder shall submit copy of design test report from recognized testing laboratory for the disconnecting switch of the offered model along with the bid.
(c) Field Tests
After installation at Site, the disconnecting switches shall be subjected to the following field tests: (a) Construction inspection b) Measurement of insulation resistance of main and auxiliary circuits (c) Mechanical operation test.
SCHEDULE A SCHEDULE B
Description Disconnecting switch 36kV
Type 3-poles, three columns, Centre rotating double break
Rated Voltage 36kV
Frequency 50Hz
Basic impulse level (BIL) 170kV (crest)
Power frequency withstand voltage
(For1 minute)70kV
Current ratings Continuous current
2500A
Rated Short Time current (1 sec.) 25kA
Operating mechanism of disconnecting Switch
Local Remote and Manual operated
Auxiliary power supply 110V DC / 230V AC
Page | 306
PART 1.7
SPECIFICATION OF CONTROL & RELAY PANEL
See Control Plant Design Package below
Page | 307
PART 1.8 SPECIFICATION OF CABLES
PART 1.8
SPECIFICATIONS OF CABLES
1 GENERAL This specification covers the Design, Manufacture, Factory test, Supply, Delivery, Field test and Installation of all Power, Control and Instrumentation cables required for the entire project. 2 EQUIPMENT TO BE FURNISHED
2.1 The following cables shall be furnished in accordance with specification: a) 33kV XLPE Power Cable, 800mm Aluminium and 630mm Cu 1C XLPE. b) 6.6kV XLPE Power Cable, 630mm 1C Cu XLPE. c) Control and Instrumentation cable- See Control Design d) Power Cables, Between 95mm 3C Cu XLPE to 240mm 3C Cu XLPE. 2.2 The Contractor shall be responsible for estimating and supplying the quantity of various types and sizes of the cables. In course of actual execution if it is found that additional cross-sections, types or quantities of cables are required than those indicated in his proposal, the same shall be supplied without any additional charge to the employer.
3 DESIGN REQUIREMENTS 1 GENERAL This specification covers the design, manufacture, factory test, supply, delivery, installation, field testing and commissioning of all Power, Control, Communication and Instrumentation cables required for the entire project. 2 DESIGN REQUIREMENTS 33kV Power Cable, 630mm 1C Cu and 800mm 1C All cXLPE.
Page | 308
General
The rated voltage of the power cables shall be 19/33(36) kV. The power cable shall be cross-linked polyethylene insulated, screened and wire strands armoured. The scope of works shall include the supply and connection of power cables from power transformer secondary to the 33kV incomer. The cables shall be supplied with necessary terminations and accessories for both connecting ends. Conductor Conductor for power cable shall consist of stranded annealed copper wires. They shall comply with IEC Publication. Cable Rating @ 770A and 710A respectively. 6.6kV kV Power Cable . The rated voltage of the power cables shall be 6/10(12) kV. The power cable shall be cross-linked polyethylene insulated, screened and steel tap armoured. The scope of works shall include the supply and connection of power cables from power transformer secondary to the 6.6kV. The cables shall be supplied with necessary terminations, and accessories for both connecting ends.
PART 1.9 SPECIFICATION OF 33kV GIS TECHNOLOGY
PART 1.9 33kV GIS TECHNOLOGY
TECHNICAL SPECIFICATION FOR 33kV GAS INSULATED SWITCHGEAR
1.9.1 GENERAL S C O P E:
This specification covers the technical requirements of design, manufacture,
testing at manufacturer's works, packing, of 33kV Gas Insulated Indoor switchgear
complete with all accessories for trouble free and efficient performance including supply,
design, manufacture, and factory production, testing, supervision of installation and
commissioning of gas-insulated vacuum circuit breaker switchgear and associated
equipment.
Page | 309
1.9.1
STANDARDS: Switchgear
Switchgear
Behaviour in the
event of internal faults
Three-position disconnector
and disconnector
IEC 60694
IEC 62271-200
Busbar earthing switch
Circuit-breaker Current
transformer Voltage
transformer Voltage
detection systems
Protection against accidental contact, foreign
IEC 62271-102
IEC62271-100
IEC 60044-1
IEC 60044-2
1.9.3 RATED NORMAL CURRENT:
The rated normal currents of components are stated in the Technical data and shall be valid for design ambient temperature of 50° C , and shall be 2500A
1.9.4 INTERNAL ARC FAULT: Classifications to IEC 62271-200
Partition class- PM
a) Internal arc classification - AFL (Authorised person access permitted from front & lateral side) for the panels with no rear access required.
1.9.5 INSULATING GAS:
1.9.2
DESIGN CRITERIA:
OPERATING CONDITIONS:
Operating Conditions according to
Temperature of ambient air:
Maximum value
IEC 60694
Page | 310
1.9.6 Insulating gas Type Sulphur hexafluoride () Design pressure at 20 °C
For 36 kV Class - 0.05 MPa
1.9.7 TECHNICAL DATA 1.9.8 B US RA T ING :
1.9.8.3 REQUIRED TECHNICAL PARAMETER:
Electrical Data:
Item
Fault Level kA (s) Temp Busbar Rating
33 kV GIS
31.5 kA 3s- Single Bus Bar
@ max. 50 °C to 35°C average 24h
2500A
Page | 311
ITEM DESCRIPTION SCHEDULE-A
SCHEDULE-B
Busbar System Single busbar
Rated voltage 33 kV
Rated frequency [Hz] 50
Rated operating voltage 36 kV
Rated power-frequency withstand voltage 70 kV
Rated lightning impulse withstand voltage 170 kV
Rated short-time withstand current 31.5 kA
Rated short-circuit duration 3 s
Rated peak current 62.5kA
Rated operating current busbar 2500 A
Degree of Protection:
Main circuits IP 65
Drives IP 3X
Cable connection compartment IP 3X
Low voltage cabinet IP 4X
Auxiliary Voltage:
Control 48V-110V
DC Motor 48V-110V
DC Protection system 48V-110V
DC Remote control 48V-110V
Socket/lighting/heating 230V AC
Classification IEC 62271-200
Classification IAC AFL
Internal arc 31.5kA , Sec
Dimensions:
Page | 312
ITEM DESCRIPTION
SCHEDULE-A SCHEDULE-B
Cubicle width max. 800mm
Cubicle depth maximum 2000-3500 mm
Cubicle height max. 2500 mm
Properties:
ITEM DESCRIPTION
SCHEDULE-A SCHEDULE-B
Pressure relief duct . Not Required
Pressure control IDIS
Voltage Indication System IVIS
Control panel Mechanical/ Remote
Operation Closed door Operation
Page | 313
DESIGN FEATURES OF GAS INSULATED SWITCHGEAR:
G E N E R A L D E S C R IP T IO N:
The i n s u l a t e d switchgear shall be type-tested and of pre-fabricated metal construction.
The offered Indoor 33kV GIS shall have VCB, Three Position
Disconnecting Switch and Bus Bars shall be enclosed in Gas Single panels, each built
up from a modular range of separate functional units, can be combined to produce the
specified switchgear configuration. The modular units comprise:
A) Standard basic module:
Incorporating the vacuum circuit-breaker
B) Floor-pan module, flange-mounted to the lower part of the basic
module, with:
A wide range of cable connection options, appliance couplers for outer
cone-type cable connection systems
Current transformers (toroidal type) C) Cable compartment.
A metal-enclosed, air insulated clad compartment, with:
Cable support for single and multiple cable installation Sufficient space for installation of current
Circuit-breaker and three-position switch drives are to be designed with mechanical
interrogation interlocks and shall include all necessary auxiliary devices (auxiliary
switches, releases etc.)
The three-position disconnector (ON-OFF-EARTH) is to be designed with separate
manual and/or motorized drives for the disconnector and earth switch functions.
All switching device drives shall be located outside of the gas compartments, for easy
access. Under normal operating conditions for indoor switchgear units in accordance with
IEC 50594 and when complying with the specified number of operations, no maintenance
is required.
FUNCTIONAL COMPARTMENT:
o Circuit-breaker compartment – Gas insulated o Busbar compartment – Gas insulated Cable connection / transformer clad compartment are to be equipped with individual
pressure relief devices - Air Insulated
Page | 314
SWITCHGEAR OPERATOR INTERFACES REQUIREMENTS:
A standard mechanical user interface, ergonomically Positioned at a
convenient height. It must be visible directly without opening of doors
etc.
The user interface comprises all the mechanical, panel- related interfaces
and continuous interrogating interlocks.
All the basic mechanical ON/OFF of CB, Isolator & earth switch operation,
manual spring charge of CB must be possible without opening the door to
ensure the operator safety.
Mechanical mimic direct ly linked to mechanism should be provided at
the panel front door.
The basic switchgear unit is to be designed for suitable free- standing
installation within a switch room.
The Interlocking shall be as per IEC.
FUNCTIONAL INTUITIVE OPERATOR INTERFACE DESIGN
The Gas insulated switchgear shall be characterized especially by the following
operating features:
Ergonomic operability
Logical operation
Logical function states
Good visual communication of the overall function and operating states
Optimum operator guidance
All operations can be performed optionally via a motor-operated
mechanism
The mechanical control panel is located at an optimum height for operation and arranged
in a recessed position on the switchgear front. Thus, the operating area is clearly visible
while no control elements protrude from the switchgear front. The position of the individual
elements has been selected according to their function, i.e. according to their allocation
to the corresponding device functions. The elements which form part of a switching
device, such as position indicators, crank ports or mechanical push buttons, are
visually linked by a specific pattern and integrated in a mimic diagram. Mechanical
operation is performed the same way as with the habitual operation with stationary
Page | 315
switching devices. Separate control elements and mechanical switch position indicators
are available for the following functions:
Circuit-breaker ON - OFF
Disconnector ON – OFF-EARTH
Page | 316
BUSBAR / PANEL CONNECTIONS:
a) The gas-insulated busbar sections of the single panels shall be connected via
single-pole solid-insulated connection elements which allows for easy exchange of
a cubicle without works. Busbar connection to be designed in such a way that no
adjacent panels must be moved or opened for exchange of a panel.
b) Busbar couplings between adjacent panels should be designed with a minimized
quantity of electrical sealing joints.
GAS COMPARTMENT TECHNOLOGY:
a) A Temperature Compensated Gas Monitoring Device shall be provided on the
offered GIS to constantly monitor the Gas Pressure inside the Gas Tank.
b) By design there should be no need for gas works during the whole time on
site, not even for exchanging a centre panel or extending the switchgear at later
stage, e.g. no gas handling shall be necessary during the anticipated service life of
the switchgear, under normal operating conditions. (The gas-filled clad
compartments are to be designed to be maintenance-free and hermetically sealed
pressure systems in accordance with IEC 62271-200).
c) The switchgear panels shall be filled with gas and checked for leakage in the
factory. For a proper recycling / emergency replacement, a gas valve in gas
compartment has to be provided. In addition, the standard tools for filling the Gas
also have to be provided
d) All the live parts including the VCB, Three position Disconnector, and main
busbar shall be encapsulated in stainless steel enclosure filled with gas.
INSTALLATION FACILITY:
a) The panels are to be delivered to site as factory assembled and routine
tested units. After linking the panels (or panel assemblies) by the busbar
connection system and connection of the power and control cables the system
should be ready for operation. No gas filling is required at site during bus bar
connection & installation.
CIRCUIT BREAKERS:
b) The three-pole vacuum circuit breaker with its maintenance-free vacuum
interrupters is installed horizontally in the gas compartment.
c) The CB shall be spring operated, motor charged, and manually or remote
released spring closing mechanism with three pole simultaneous operations. The
speed of closing operation shall be independent of the hand-operating lever. The
indicating device shall be mechanical type directly linked to the mechanism &
shall show the OPEN and CLOSE position of breaker visible from front of the
Page | 317
cubicle. The spring charging time of the motor shall not exceed 20sec in case
of Vacuum Circuit Breaker. The “TRIP” and
d) “CLOSE” coils shall be of reliable design and low consumption. e) The Breakers shall be capable of Making & Breaking the short time
current in accordance with the requirement of IEC 62271-100 and latest
amendment thereof. The continuous current rating of breaker shall not be less
than 2000A for outgoing feeders and incomer feeders. Ratings are IN-Panel at 50
Deg C design ambient.
Comprehensive interlocking system to prevent any dangerous or inadvertent
operation shall be provided. Two stage gas density alarm and lockout system with local
and remote indication shall be provided.
Emergency mechanical trip push button on each CB shall be provided on panel front
& shall be accessible Spring charge indication to be provided.
The vacuum circuit-breakers are to be equipped with
Spring-stored-energy operating mechanism with motor, auto-
reclosing
Mechanical OPEN and CLOSE buttons Closing solenoid
1 shunt release Operating cycle counter Auxiliary switch with at least 6NO + 6NC available Auxiliary switch for "spring charged" signal Arc Flash Protection sensors
The circuit-breaker has to control at least 10,000 Make-Break cycles (One
operating cycle of making & Breaking) operations at rated current or
100 breaking operations at rated short-circuit breaking current without
maintenance. The mechanical life of the vacuum interrupter has to comprise at
least 20,000 operating cycles.
The operating mechanism must be maintenance-free without time limit up to
10,000 operating cycles.
ISOLATORS AND EARTHING SWITCHES:
1) Isolators or isolators combined with earthing switches (3 position switches) shall
be motor operated. In cases of emergency, manual operation must be possible.
2) The earthing position for all 3 phases must be visible via a mechanical position
indicator (MIMIC) directly connected to the drive shaft on panel front Fascia.
3) The mechanical operation of isolator / 3 position disconnector switch must be
possible with door closed for operator safety.
INSTRUMENT TRANSFORMERS:
Page | 318
- Only Conventional inductive voltage and current transformers according to IEC
60044-1 and IEC 60044-2 or electronic current and voltage transformers to IEC
60044-7 and IEC60044-8 or a combination of both are acceptable. Current &
voltage Sensors are (not) acceptable.
CURRENT TRANSFORMERS:
a. The current transformers shall be toroidal-current transformers. The b. Current Transformers shall be located inside the Gas Compartment with
test link block for CT testing c. The transformer ratio, the accuracy class and the performance load to be selected
to suit the application requirements.
OUTGOING FEEDER VARIANT & INCOMER FEEDER VARIANT
ITEM DESCRIPTION
SCHEDULE-A SCHEDULE-B
Current Transformer Toroidal type
CT Primary Current 2500A
Secondary Current 1-1A Core 1: Cl-0.2 / 15 VA,
Core 2 Cl-5P20 / 15 VA. Core3: Cl-5P20 / 15 VA
(CT burden shall be provided as per relay and metering requirement and bidder to substantiate this with suitable calculations during detail engineering with CT/ VT Burden calculation
MECHANICAL SAFETY INTERLOCKING FEATURES:
Internal mechanical interlocks of the panel
With the circuit-breaker closed, the interrogation slide is locked for the disconnector and the earthing switch. (Restriction to the insertion of Hand Crank for Disconnector-Earth Switch when CB is ON)
The interrogation slide always releases one insertion opening only (disconnector or earthing switch), or both of them are locked. (To ensure that either Disconnector- or Earth Switch operating at a time)
The crank for the disconnector and earthing switches can only be removed
in its appropriate end position.
When the crank on the disconnector or earthing switch is still in place, or
when the interrogation slide is open, the following components are locked:
Page | 319
- ON push button of circuit breaker
- ON pulse is interrupted
PROTECTION & CONTROL SYSTEM:
Following functions shall be available in the Protection Relay Incomer & Outgoing Feeders
Current protection (Directional & Non-directional feeder Protection)
* Over current instantaneous (50)
* Over current IDMT (51)
* Earth fault instantaneous (50N)
* Earth fault IDMT (51N)
* Directional Earth fault IDMT (67)
* Directional over Current IDMT (67)
* Auto Reclosure – 4 Shots
* Arc Flash protection point
BUS PT (VT)
33kV Bus PT (IVT) shall be housed in within the Panel and it shall be air insulated.
Voltage protection (Bus VTs shall be Part of Feeder Protection relay)
* Overvoltage (59)
* Under voltage (27)
* Frequency Relay (81 O/U)
Outgoing Feeder (Separate Relays to be provided for Differential
& Over Current & Earth fault)
Differential protection (For Transformer Feeders) in addition to the above
* Differential protection for transformer (87T)
* Restricted earth-fault for transformer (87N)
Other protections and related functions (Part of Numerical Relay)
* Lock-out (86)
* Trip circuit supervision (95)
COMMUNICATION PROTOCOL:
The protection relay shall have communication protocol on IEC 61850 Protocol.
Page | 320
TESTS:
All tests shall be carried out according to relevant IEC standards.
13.1 TYPE TESTS
The metal-enclosed switchgear is to be type tested at a recognized and internationally well-
reputed test laboratory. Type test certificates shall be available for verification as evidence of
successful completion of type tests.
The switchgear furnished under this specification shall be fully tested and documented by certified
production test reports in accordance with IEC 62271-200.
ROUTINE TESTS
Tests shall be carried out according to IEC requirements. The following minimum tests apply:
Wiring and function tests
Equipment verification tests
Low voltage circuit insulation test
High voltage power frequency test
FACTORY INSPECTION TESTS
Notification for factory tests along with list of proposed tests shall be submitted as required.
SITE TESTS
The site tests shall include the following:
a) Power frequency withstand test (at 80% of the rated power
frequency withstand voltage)
b) Insulation resistance c) Functional test of the fully installed and wired equipment deliver
Page | 321
BASIC Technical REQUIREMENTS OF 33KV CUBICLE GIS.
SCHEDULE-A SCHEDULE-B Sl. No. Particulars 33 kV GIS (Cubicle type) 1.
a) Type (Model No.) To be specified :bidder. b) Standard Applicable IEC-62271-100 / IEC-
62271-200
2. Service Indoor 3.a Enclosure - Tank Stainless steel 3.b Enclosure - Panel CR 4. Nominal System Voltage 33 kV 5. Highest System Voltage 36 kV 6. No. of phases and frequency 3ph. 50 Hz 7. Busbar material Copper 8. Bus Color code RYB 9. System Earthing Solidly earthed 10. Circuit Breaker Rating 2500A 10.1 Continuous Current Rating at 2500A 10.2 Short Circuit Rating 31.5 kA 10.3 Short Circuit duration 3 sec 10.4 Internal Arc Rating 31.5kA 10.5 Internal Arc Duration 1 sec 11. Rated making Current As per IEC-62271 12 Operating duty O-0.3sec-CO-3 minutes 13 Leakage rate per year
in gas Less than 0.2%
12. Busbar rating 2500A 13. Outgoing feeder rating 2500A 13. Power Frequency Withstand 70 kV for 1 minute 14. Impulse withstand
voltage (1.2/50 micro sec) 170 kV
15. Control Voltage 48 V-110V DC 16 Spring charge motor voltage 48 V-110V DC 17. CT Ratio Secondary Current 1A
(Ratio
Page | 322
18. PT ratio -STAR/ STAR/ Open (33//3) / (.11//3) / (. 11/3) 19. Aux. Contacts 6 NO + 6 NC
20. Termination 20.1 Incomers XLPE Cables as 20.2 Outgoings XLPE Cables as 21. Degree of protection (HV
i )IP – 65 for Gas C
22 Altitude 1800m ABSL
SCHEDULE OF TECHNICAL PARTICULARS OF 33KV GIS FOR BREAKERS / PANELS
SCHEDULE-B 01. Manufacturer's Name and Country of origin Manufacturing Facilities for GIS in Contractors Manufacturing Location 02. Manufacturer's Design / type Ref 03. Frequency 04. Rated Voltage 05. Highest system voltage 06. Rated current 07. Short Circuit current rating with duration 08. Certificate or report of short circuit type test 09. Rated operating duty cycle 10. Short Circuit Breaking Current :
(a) Symmetrical
(b) Symmetrical at rated voltage (c) Asymmetrical at rated voltage (i) Per Phase
(ii) Average
(iii) D.C.Component
11 Arcing time (at rated breaking current) in ms. 12 Opening time 13 Total break time in milli sec.
(a) At 10% rated interrupting capacity
14. Make time in ms.
Page | 323
15.
Dry 1 minute power frequency withstand test voltage
(a) Between line terminal and Earth KV rms
(b) Between terminals with breaker contacts open
16.
1.2/50 full wave impulse withstand test voltage
(a) Between line terminal and Earth KVrms
17 Control Circuit Voltage DC 18 Power required for Closing Coil at 48 V 19 Power required for Tripping Coil at 48V 20 Whether Trip free or not 21 Whether all the interlocks provided 22 Overall dimensions 23 Total weight of one complete Breaker
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 33KV CURRENT TRANSFORMERS
SCHEDULE-B 01. Manufacturer's Name and country of origin 02. Manufacturer's design Ref / Model 03. Applicable Standards 04. Type 05. Rated Primary current 06. Rated secondary current 07. Rated frequency 08. Transformation ratios 09 Number of cores 10
11 Class of insulation 12 Class of accuracy
(a) For metering (b) For Protection (c) TPS Class
13 Short circuit current rating and its duration 14 One minute power frequency dry withstand voltage 15 1.2/50 micro sec. impulse withstand test voltage 16 One minute power frequency withstand test voltage
on secondary
17 Instrument safety factor 18 Type of primary winding
Page | 324
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 33KV POTENTIAL TRANSFORMERS
SCHEDULE-B 01. Manufacturer's Name and country of origin 02. Manufacturer's design reference 03. Applicable Standards 04. Type 05. Ratio 06. Rated Primary voltage 07. Rated secondary voltage 08. Rated frequency 09. Class of accuracy 10. No. of phase and method of connection 11. Burden 12. One min. power frequency dry flash over
lt
13. 1.2/50 micro sec. impulse withstand test 14. Class of insulation
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR NUMERICAL RELAYS
SCHEDULE-B 01. Manufacturer's Name and country of origin 02. Manufacturer's design Ref / Type 03. Applicable Standards 04 Current setting range for
(a)Over current relay IDMTL
(b) Earth-fault relay IDMTL
Page | 325
(c) Contact Rating 05. Details on IDMTL characteristics 06 Whether High Set is Transient free 07 Whether separate Time setting for IDMTL /
08 Whether Relay senses True RMS Current 09. Accuracy for different settings and limits of errors 10 Whether settings site selectable and HMI 11 Whether Alpha Numeric LED display 12. Whether Compatible for 48 V DC 13 Whether Compatible for 1 A CT Secondary 14 Whether Self diagnostic features available 15 Whether Communication Port RS 485 Compatible
for
16 Whether Blocking characteristics available for blocking the unscrupulous tripping of Upstream
17. a) Whether relay test block is provided b) Type of test block with
18. Whether draw out type unit or not 19. Types of case 20. Reset time 21. Burden of relay 22. Maximum and Minimum operating ambient air
GUARANTEED TECHNICAL PARTICULARS FOR 33kV SWITCHGEAR FOR EDEN PARK-STATION
SCHEDULE-B Product Architecture Switching technology Disconnecting
technology
Insulating technology External Environment Dimensions Applicable standards Ingress protection Rated Voltage Rated Current Rated Busbar Current Rated PF withstand voltage
Rated Lightning
Impulse withstand
Rated frequency
Page | 326
SC withstand current (
Main & earth)
Service continuity
Functional units-
Switch
Functional unit-
Circuit breaker
Operating sequence
Functional Unit-
Compact metering
Protection relay Bushings Cable boxes
PART 2.0 SPECIFICATION OF 6.6kV NER
GENERAL This specification covers design manufacture and technical performance requirements for 6.6kV Neutral Earthing Resistors for use with primary grid transformers on the EMM Powergrid distribution network. This specification includes for both cable and busbar connected units and a requirement for suppliers to provide information on inspection and maintenance requirements. Neutral Earthing Resistors (NERs) shall be designed, manufactured and tested to IEEE-32 as clarified or modified in this document and the conditions listed below. Enclosure
a) The NER shall be a free-standing, naturally air-cooled unit and suitable for outdoor use. b) It shall be designed and constructed to be maintenance free for at least 30 years, taking into
account the heating effects of the resistors. c) The enclosure/housing and all external fastenings and lifting points shall be painted, grade
304 stainless steel with Grey Colour. d) It shall provide a minimum protection rating of IEC 60529 and shall be designed and
constructed such that rainwater will freely run off and cannot collect at any point. All panels shall be securely fastened and shall not be removable without the use of tools.
e) All NERs shall be designed to ensure that the bottom of the NER enclosure/housing is a minimum of 600mm above ground level and to mitigate potential damage due to flooding to this level.
Page | 327
Rating Plate A rating plate shall be securely fitted at eye level on the outside of the enclosure giving the following minimum information: Manufacturers name and serial number Date of manufacture Nominal rated service voltage Current rating Time rating Resistance value at 20oC and +/- tolerance Enclosure IP rating
Earth Connections A low 6.6kV voltage bushing and stud shall be provided through the enclosure wall for the resistor earth connection. This bushing shall be rated with a voltage class of 1.2kV, providing a minimum BIL of 30kV. Two separate M12 studs shall be provided at diagonally opposite corners for the purpose of earthing the enclosure. These terminals shall be as close as practicable to ground level so as to minimise the length of earth conductor which will be exposed when the resistor is installed in position.
Page | 328
Enclosure Mounting The neutral earthing resistor shall be capable of being mounted on a concrete plinth. Cable Boxes
- Cable connected NERs shall be equipped with outer cone separable connection arrangements to allow termination.
- Terminations shall be capable of accepting XLPE insulated cables designed in accordance with EMM standards and with cable sizes up to 400sq mm and shall be provided preferably on the longest side of the NER.
- A gland plate shall be removable, pre-drilled with an 88mm diameter hole and fitted with a suitable heat shrink cable gland.
- The cable box shall be capable of accommodating two ring core type current transformers (CT). In this case the CT secondary wiring shall be terminated on a 6 way terminal block and an un-drilled gland plate shall be provided for outgoing multi-core cables.
- Terminal blocks shall be spring loaded insertion types incorporating hook type crimped connectors
Resistor Element Resistor elements shall be manufactured from a high temperature resistance alloy, preferably stainless steel, capable of withstanding wide temperature excursions whilst retaining mechanical strength. Ceramic insulators shall be used throughout. The temperature coefficient of resistance of the element material shall be such that the increase in resistance over the operating temperature range, when carrying rated current for the rated time, shall not exceed 18%. The tolerance on the nominal resistance at 20oC shall not be greater than +/- 10%. Current transformers (CTs) Manufacturers are requested to supply CTs to be supplied with the NERs they shall be designed and manufactured in accordance with the requirements of EMM with the CT ration and class 200/1A & 2400/1A Class 5P20 or TPS. Where the NER is cable connected the CTs shall be positioned above the gland plate in the MV cable box using the MV insulation of the incoming MV cable to achieve the voltage class required. The CT secondaries shall be taken to terminals in a separate MV terminal box. The CTs shall normally be MV ring core type tape wound (or equivalent) units manufactured to provide a maximum voltage rating of 0.72kV and have a 60 second power frequency withstand value of 3.0kV. Type tests Resistance Measurements Dielectric tests Impedance and loss measurements Temperature Rise tests
Pre-commission testing, Routine Inspection and Maintenance requirements Suppliers shall provide details of the recommended pre-commission testing and inspection
Page | 329
required. They shall also provide information regarding periodic inspection and maintenance requirements to be undertaken during the lifetime of their product. Detailed inspection and maintenance instructions shall be also be provided. Technical Specification Sheet 6.6kV, Type 1, B/B & Cable connected.
SCHEDULE-A SCHEDULE-B
Application Urban
Current Rating (A) 600A
Rated Voltage (kV) 6.6kV
Line Neutral Voltage (kV) 3.81kV
Rated Time (s) 10s
Continuous Current (A) 10A
Resistance @100oC (Ohm) 6.35 Ohms
Max Element Temp Rise (oC) 1000deg C
Max increase in resistance at max temp.
+18%
Basic Impulse Level (IEC 60137 table 4 (kV)
75/22kV
Power Frequency withstand IEC60137 table4 (kV)
50Hz
Ground clearance to bushing top connector (m)
0.6m
CT Class 5P20 or TPS
CT Ratio 2500A/1A
Burden 10VA/5P20
Page | 330
Page | 331
TECHNICAL SCHEDULES TO BE COMPLETED BY THE MANUFACTURER SCHEDULE-B HV Connection type (cable, busbar or both) Rated voltage (V) Rated time (s) Resistance and tolerance @ 25oC Continuous current (A) Max temperature rise @ rated time and current Element type Element material Temperature coefficient of resistance (% per deg C) Resistance change for 1000 0C rise (%) Total inductance (mH) HV bushing Voltage class (kV) BIL (kV) Power Frequency withstand (kV) MV bushing Voltage class (kV) BIL (kV) NER housing material Thickness (mm) Finish Ingress protection (IEC 529) NER Cable Boxes Cable Gland Type (where appropriate ) HV Bushing connection ground clearance (m) HV Bushing base ground clearance (m) Overall dimensions (mm) Width Depth Height Weight (kg)
Page | 332
PART 2.1 6.6kV AUXILARY TRF Dry --type transformer specification The specification covers design manufacture, testing packing and delivery of 3 phase 50 Hz, Dry Type Auxiliary distribution transformer of ratings 50 kVA, 6.6/0.430 kV (Outdoor) ONAN confirming IEC 76. The equipment offered shall be complete with all necessary parts for effective and trouble-free operation in the distribution system. Such parts will be deemed to be within the scope of the supply irrespective of whether they are specifically indicated in the commercial order or not. It is not the intent to specify herein complete details of design and construction. The equipment offered shall conform to all relevant standards and be of high quality, sturdy, robust and of good workmanship and complete design in all respects. The equipment shall be capable to perform continuous and satisfactory operations in the actual service conditions at site and shall have sufficiently long life in service as per EMM statutory requirements. GUARANTEE: The equipment shall be guaranteed for the period of 25 years from the date of commissioning. The equipment found defective within above guarantee period shall he replaced / repaired by the supplier free of cost, within one month of receipt of intimation. If defective equipment’s are not replaced / repaired within the specified period as above, the Employer shall recover an equivalent amount plus 15% supervision charges from any of the bills of the supplier. The transformers shall be suitable for outdoor installation with following system particulars and should be suitable for service under fluctuations in supply voltage as permissible under EMM Electricity Act & Rules there under.
Nominal System Voltage : 6.6kV
Corresponding Highest System Voltage :
7.2kV
Neutral earthing : Solidly earthed
Frequency: 50 Hz with ±3 % Tolerance TRANSFORMER ENCLOSURE: The T/F enclosure shall be of robust construction and shall be built of electrically welded MS sheet wire mesh or perforated sheet for ventilation. The core is to be securely clamped with heavy structural angle and should hold the entire core and coil assembly in place to ensure most efficient magnet circuit and quiet functioning of the transformer. All joints of enclosure and fitting shall be tight. The enclosure design shall be such that the core and winding can be lifted freely. The enclosure plates shall be of such strength that the complete transformer may be lifted bodily by means of the lifting lugs provided. The top cover shall have no cut at point of lifting lug. The shape of the enclosure shall be rectangular only. No other shape will be accepted. The enclosure will be fabricated by welding at corners. The enclosure should comply with IP 43 protection as per EMM standards. Horizontal or vertical joints in the enclosure side walls or its
Page | 333
bottom or top cover will be allowed. The bottom plate of the enclosure shall be 2.5mm thick min and holes of 2.5 mm of diameter punched sheet for free air circulation.
Page | 334
TECHNICAL SPECIFICATION: Rating: 50kva
Duty : Continuous
Primary: 6.6kV ac, 3 phase, 50hz, star connected
Taps at (tap links should be
accessible) (+)2.5% & (-) 2.5% and (+)5% & (-)5%
Secondary: 415Vac, 3 phase, 50hz, Delta connected
and neutral brought out
Vector group: Ydn 11
Type: Cast resin core dry type transformer with
encapsulated winding
Enclosure: Ip23 (semi outdoor application)
Cooling: Natural air cooled (an)
Insulation: Class f (epoxy encapsulated)
Insulation level: Rated short duration withstand voltage 3kv rms as per IEC
Ambient temp: 50 deg. c.
Impedance: 9%
Page | 335
Page | 336
INFORMATION TO BE SUBMITTED ALONG WITH OFFER:
Item Description SCHEDULE-B 1 Type of transformer 2 Rating of transformer 3 Primary Winding Details 4 Secondary Winding Details 5 Reference standard/s 6 No of Phases 7 Rated Frequency 8 Vector Group 9 Type of Cooling
10 Impedance Voltage 11 Tapping on MV 12 Enclosure type 13 No Load losses at rated voltage 14 No load current at rated voltage 15 Total losses (Cu+ Iron) at rated load 16 Insulation class 17 Insulation level 18 Average temp rise of windings over 19 Ambient temp (50 Degree) 20 Dimension (L X B X H) 21 Winding material 22 Efficiency at unity PF at full load 23 Efficiency at unity PF at half load 24 Percentage Regulation at unity PF 25 Percentage Regulation at 0.8 PF (Lag) 26 Approx. weight of transformer in Kg
Page | 337
Page | 338
3. PART C: SECONDARY PLANT SPECIFICATION
Page | 339
1. Definitions and Abbreviations
2. CT Current Transformer
3. VT Voltage Transformer
4. DC Direct Current
5. AC Alternating Current
6. MVA Mega Volts –Amperes (Unit of measurement)
7. kV Kilo – Volts (Unit of measurement)
8. HV High Voltage
9. LV Low Voltage
10. DB Distribution Board
11. RTU Remote Terminal Unit
12. BME Bandwidth Modulation Equipment
13. TRFR, T Transformer
14. FDR Feeder
15. STATS Statistical (Metering)
16. OLTC On Load Tap Changer
17. CONCO Supplier
18. ABB Asea Brown Boveri (Supplier)
19. IST Supplier
20. VAMP Supplier
21. NECRT Neutral Electromagnetic Coupler/Resistor/Transformer
22. V Volts (measurement unit for voltage)
23. A Amperes (measurement unit for current)
24. mA Milli Amperes
25. Ah Ampere Hours (Unit for Batteries strength)
26. SCADA Serial Communication And Data Acquisition
27. PNH Protection Not Health
28. IDF Intermediate Distribution Frame
29. RTU Remote Terminal Unit
30. SS, S/S Substation
Page | 340
31. REF Restricted Earth Fault (A form of protection)
32. OC, O/C Over Current (A form of protection)
33. EF, E/F Earth Fault (A form of protection)
34. SFT Sustained Fault Timer
35. SEF Sensitive Earth Fault
36. BF Balanced Fault
37. GOR Gas Operated Relay
38. CTR Current Transformer Ration
39. MR Maximam Ratio (used with Current Transformers)
40. NEC Neutral Earth Coupler
41. JB Junction Box
42. VT JB Voltage Transformer Junction Box
43. CT JB Current Transformer Junction Box
44. IS JB Isolator Junction Box
45. T JB Transformer Junction Box
46. IS Isolator
47. DIFF Differential (A form of protection)
48. DRG Drawing
49. FR Fixed Ratio
50. BB, B/B Busbar
51. R, RØ Red Phase
52. W, Y, WØ, YØ White (or Yellow) Phase
53. B, BØ Blue Phase
54. RP Relay Panel
55. ECV (Cable Specification by use)
56. DCV (Cable Specification by use)
57. HCV (Cable Specification by use)
58. MIB Marshalling Interface Box
59. SA Surge Arrestor
60. BZ Buszone
61. MB Marshalling Box
Page | 341
62. QOS Quality of Supply
63. TCD Tap Change Device
64. 1Ø, 3Ø One Phase, 3 Phase (Depicts a power supply system)
65. AUX Auxiliary
66. MOXA Switching Device
67. IDE Intelligent Electronic Device
68. Gateway Intelligent Communication Processor (Term used interchangeably with RTU)
69.
70.
71.
Page | 342
Executive Summary
Eden Park is going to be a new 2 x 20MVA 33/6.6kV substation. Currently Eden Park is a 6.6kV switching
station consisting of 2 x 6.6kV cable feeders from Albertsdale substation that are feeding 16 x 6.6kV indoor
feeders. The substation distributes electricity to surrounding domestic customers in the Eden area. There are
16 x 6.6kV old indoor switchboards, which are to be replaced.
A compact GIS has been requested by Ekurhuleni Metropolitan Municipality and this will apply to the two
new 33/6.6kV 20 MVA transformers, the 33kV switchgear and associated civil and building works.
The scope of work comprises the extension to the existing 33kV bus-bar on one side and adding a 33kV
cable feeder bay (33kV Albertsdale 1) at Albertsdale substation. Another 33kV cable bay feeder (33kV
Albertsdale 2) is also going to be added to the existing 33kV busbar at Albertsdale substation. These two
cable feeders are going to be used to supply the new Eden Park substation. It also includes the installation of
18 x new 6.6kV indoor cable feeder switchgear, building new separate switchgear and control rooms and the
decommissioning and removal of obsolete 6.6kV switchgear, cables and equipment.
This document presents the Secondary Plant Detailed design of 2 x 33kV feeders at Albertsdale substation,
2 x 33kV Incomers at Eden Park substation, 2 x 33/6.6kV 20MVA Transformers & Tap Changers, 1 x 33kV
Arc Flash Protection, 1 x 33kV Bus-Section, 18 x 6.6 feeders, 1 x LV Bus-section Breaker and 1 x LV Arc
Busbar protection for the Eden Park substation. Statistical metering will be installed for the 2 x 33kV feeders
at Albertsdale Substation, 2 x 33kV transformer feeders at Eden Park substation and 20 x 6.6KV feeders. As
part of the AC/DC System, a new 110v battery bank, Charger, a new AC/DC Panel and a new Yard AC DB
are going to be installed. For Communication, a new Gateway and a new Telecommunications panel are
going to be installed.
Introduction
2.1 Project Background
Eden Park is currently a 6.6kV switching station fed from Ekurhuleni’s Albertsdale substation through about
5km of 2 x 33kV rated cables. The switching station feeds mainly residential areas through 16 x 6.6kV
feeders with indoor circuit breakers.
To stabilize supply in the area, cater for increased demand and keep in line with new technology, Eden park
switching station is going to be upgraded to a compact GIS substation consisting of 2 x 20MVA transformers
which are fed through 2 x 33kV new Feeders from Ekurhuleni’s Albertsdale substation.
New HV feeder protection equipment will be installed and commissioned for the 2 x 33kV Feeders at
Albertsdale Substation, at Eden Park substation 2 x 33kV Incomers. New arc flash bus protection will be
installed and commissioned to protect the 33kV busbar. A bus-coupler scheme will be installed to control the
new 33kV bus-coupler. Transformer and Tap Change protection will be installed and commissioned for the
new Transformer 1 and Transformer 2. Reticulation Feeder protection will be installed and commissioned for
all the 18 x 6.6kV Feeders. The indoor 6.6kV switchgear will also have arc busbar protection and 1 x 6.6kV
Bus-section protection installed and commissioned.
Page | 343
The new protection schemes will be interfaced with a new AC/DC panel. Statistical metering will also be
installed for the 2 x 33kV feeders at Albertsdale substation and 2 x 33kV Incomer 1 & 2 at the new Eden
Park substation. Statistical Metering will also be installed for the 18 x 6.6kV feeders. A new battery bank and
a charger will be installed. New Telecommunications equipment and also a new Gateway to cater for the
new schemes are going to be installed.
For more details on DC and Telecontrol please refer to Appendix B and C respectively.
2.2 Project Scope Summary
The control plant scope of work for Eden Park 33/6.6kV Substation project follows below.
2.2.1 Protection
2 x 33/6.6kV 20 MVA Transformer Protection and Tap Change Control and Protection
Two transformer protection schemes will provide the necessary protection for the 2 x 20 MVA 33/6.6kV
transformer while two On Load Tap Change Protection and Control schemes will protect and control the tap
changers respectively. The schemes will be mounted in swing frame panels mounted in the Control room.
One panel is going to be used for each transformer and it combines both the transformer and tap change
schemes.
2 x 33kV Incomer and 2 x 33kV Feeders Protection
Install and commission 2 x Differential with O/C and E/F Back-up HV feeder protection scheme to protect
the 2 x 33kV Feeders at Albertsdale substation and the 2 x 33kV Incomers at Eden Park substation. The
schemes require a communication link between the two substations. (Optical fibre is going to be used) The
schemes will be mounted in two swing frame panel installed in the respective control rooms at the two
substations.
33kV Bus Coupler
A new bus coupler protection scheme will be installed and commissioned to provide protection and control
for the new 33kV bus-coupler. The scheme will be installed in a swing frame panel mounted in the control
room at Eden Park substation.
33kV Arc Flash Bus Protection
Install an arc flash bus protection scheme to protect the 33kV busbar. The scheme will be installed in a
swing frame panel mounted in the control room.
18 x 6.6kV Reticulation Feeder Protection
Install and commission new feeder protection schemes for all the 18 x 6.6kV Feeders. The schemes will be
mounted on-board the switchgear panels and should be factory fitted by the supplier of the switchgear
according to the attached specification document. (Eden Park Secondary Plant Specification No. 1)
6.6kV Busbar Protection
An arc bus-protection scheme will be installed and commissioned to provide 6.6 kV indoor bus bar
protection. The scheme will be installed two per swing frame panel. The swing frame panels are to be
Page | 344
mounted in the new control room at Eden Park substation. The panels must be prewired and hot
commissioned on site by the supplier.
6.6kV Bus-Section Protection
72. A Bus section protection scheme will be installed and commissioned to provide protection
to the 6.6kV bus-section. The scheme will be installed in a swing frame panel which in turn will be
mounted in the 6.6kV switchgear room. The supplier must factory fit the scheme and also hot
commission it on site before handover.
Summary of Protection to be installed
Protection Type No. of Panels Example of Relays
HV Feeder Protection 4 x New panel 4x ABB RED670 & REF615
HV Arc Flush Bus Protection 1 x New panel SEL-351S
HV Bus Coupler Control 1 x New Panel 1xMICOM P145
20 MVA Transformer Protection 2 x New panel 2x SEL-487E & 2V73-AAA
20 MVA Tap Change Control 0 x New panel 2x REG-DA
Reticulation Feeder Protection 2 per Panel x 9 18x MiCOM P145
Arc Busbar Protection 1 x New Panel 1x VAMP 321
6.6kV Bus-Section Protection 1 x New Panel 1x MiCOM P145
2.2.2 Junction Boxes
33kV CTJB 2 x VRW20 CT insert
33kV VTJB 2 x VRW20 VT insert
2.2.3 Metering
6.6kV Statistical Metering
Smart meters will be installed for all the 20 x indoor 6.6kV feeders. The metering equipment will be mounted
on the relay panel per each and every feeder. Meters must be at least class 0.5 and rated 1A and there must
be a cell modem per every 6 feeders for remote downloading capabilities.
33kV Stats Metering
Statistical smart meters with class 0.5 meters and rated 1A will be installed in the control room for the 2 x
33kV Feeders and 2 x 33kV Incomers. They will share the same panels with their respective protection
relays. One voltage selection module type D will be installed for the 2 x 33kV voltage transformers. (110V)
Quality of Supply
The smart meters above will also monitor and record power waveforms thereby providing a means of
monitoring the quality of supply.
2.2.4 AC/DC Supplies
AC/DC Panel
Page | 345
One new AC/DC distribution panel will be installed at Eden Park 33/6.6kV Substation inside the control room.
It will comprise of a main AC Incoming module and a 14/20 way AC/DC distribution board (DB) assembly.
This DB assembly comprises 1 x DC interface module, 3 x DC supply module, 1 x 3 phase AC module, 1 x 1
phase AC module and 2 x AC supply module.
DC System
A dedicated Auxiliary 3 phase 400V 50 kVA supply will be provided by the auxiliary transformers to keep the
110V batteries charged 24/7. A set of nickel cadmium batteries will be installed; 110v 90Ah 85 Cells for
protection. One charger will be installed to cater for the battery bank. (110v, 20A) A yard AC panel is going to
be installed to provide yard power points, external lighting control and power supply. Auxiliary supply
switching between transformer 1 and transformer 2 will be provided in the AC/DC panel.
A set of 50v batteries and charger is going to be installed to supply the telecoms equipment. A 50v-DC to
220v-AC inverter is also going to be installed to provide ac power supply for emergency lighting in case of
AC power supply failure.
2.2.5 Tele-control
Serial communication for SCADA will be used for the protection schemes that are capable of RS485 serial
communication. Only PNH (Protection Not Healthy) alarms, battery charger and door alarms will be
hardwired through the IDF to the RTU. (Consultations must be done with the relevant Ekurhuleni department
to check whether the existing setup can be used.)
All protection and control schemes are to come with both IEC 60870-S-103/DNP3 and IEC 61850 protocols.
2.2.6 Telecommunications
Install fibre communication equipment for the Gateway at Eden Park substation. The fibre optic termination
equipment to be powered by a 50V DC power supply unit.
(The existing Telecommunications equipment may also be reused upon consultation with the relevant
Ekurhuleni department.)
Page | 346
33/6.6kV Eden Park 33/6.6kV Substation Overview
73.
The single line diagram in figure 1 illustrates the proposed substation configuration for Eden Park substation.
74. Figure 1: Single line diagram of Eden Park substation.
Page | 347
Design Philosophies
3.1 Protection Philosophy
3.1.1 33/6.6kV Transformer Protection Philosophy
A two winding differential relay including MV high impedance REF, HV OC and EF, MV OC & EF, HV & MV
BF and SFT functions. Transformer protection inputs (G.O.R, pressure release valve, winding and oil
temperature).
Transformer Protection relay
HV and MV over-current & Earth Fault
MV high impedance REF
HV and MV Breaker Fail
HV and MV Sustained Fault Timer (SFT)
The transformer protection scheme will be placed in the same swing frame cabinet together with the tap
changer scheme.
3.1.2 Current Transformer ratios for 33/6.6kV 20 MVA Transformer 1 & 2
The 33kV indoor CT’s consist of one multi-ratio protection core (MR 1600/1) and one multi-ratio metering
core (MR 1600/1) while the MV (6.6kV) indoor breaker CT’s consist of one protection and one metering
multi-ratio cores with a maximum CT ratio of 2400/1.
For a 20MVA 33/6.6kV transformer, the full-load-current is 349.92 Amps at 33kV and 1749.60 Amps at
6.6kV. The two current values were used as guidelines in selecting the appropriate CT ratios for the HV and
MV protection functions.
Rating 20 MVA
Nominal HV Voltage 33 kV
Nominal MV Voltage 6.6 kV
Full Load HV Current 349.92 Amps
Full Load MV Current 1749.60 Amps
75.
The NER has two CT cores (2yn with a fixed ratio of 200/1 for the MV REF function and a 200/1 fixed-ratio
CT core (1yn) for the MV earth-fault function (see Figure 2 on page 14). The inner CT core (2yn) will be used
for the MV REF function.
A CT ratio of 600/1 on the HV side and 2400/1 on the MV side will be used for Transformer Differential
Protection. 6.6kV indoor CT’s will be used for the MV side while 33kV indoor CT’s will be used for the HV
side.
Page | 348
A CT ratio of 600/1 on HV side is also going to be used for HV over-current, Breaker Fail and HV restricted
earth-fault. The CT ratio mismatch will be corrected through the appropriate setting on the relay itself. No HV
earth-fault will be used; only LV E/F will be used.
HV Indoor CT ratio (DIFF) 600/1
HV Indoor CT ratio (HV O/C, BF) 600/1
Buszone (Main) 600/1
MV Indoor Type CT ratio (DIFF) 1000/1
MV Indoor Type CT ratio (O/C, E/F, SFT, BF) 1000/1
MV NEC 1 neutral CT ratio (low impedance REF/EF) 200/1
3.1.3 Voltage Transformer requirement
Voltage transformer (VT) inputs to the transformer schemes will be provided via the 33kV and 6.6kV busbar
VT TB’s. The tap change scheme will be supplied by the 6.6kV indoor busbar VT.
Page | 349
76. Figure 3: 20 MVA 33/6.6kV Transformer Single Line Diagram
77.
Page | 350
3.1.4 Cabling Requirements
Figure 4 below provide the necessary details for Transformers’ requirements. New cables to be installed to
link the transformer, the 33 & 6.6kV switchgear rooms and the control room.
Page | 351
78.
79. Figure 4: 20 MVA 33/6.6kV Transformer 1 & TC Cabling Diagram
Page | 352
3.2 33/6.6kV Transformer Tap-changer Protection Philosophy
An On-Load Tap Change Protection and Control scheme will be installed. The scheme will be installed in the
same swing-frame panel as the transformer scheme. The tap change scheme requires status inputs from all
breakers and isolators on the HV and MV sides of the transformer.
3.2.1 Voltage Transformer requirement
The VT inputs to the Tap Change Schemes are to be looped from the respective transformer relay panels.
3.2.2 Current Transformer ratios for 33/6.6kV Transformer 1 Tap Change
Current transformer inputs to the tap change scheme are to be obtained from the transformer’s MV bushing
CTs.
Tap Change current input (Bushing CTs) - TRFR 1 2400/1
3.2.3 Cabling Requirements
Figure 4 above provide the necessary details for Transformers’ Tap-Changer cabling requirements. The
cabling requirements are catered for in the transformer protection scheme.
3.3 33kV HV feeder Protection philosophy
The proposed protection scheme will be used to protect the 33kV HV feeders. The scheme uses a main
protection relay to provide distance protection for the HV line. The scheme also comprises of a backup
protection relay. The functions for the backup relay are directional overcurrent and earth fault protection.
Main Protection relay Differential protection
Back-up Protection relay
Directional Overcurrent Protection
Earth Fault Protection
3.3.1 Voltage Transformer Requirement
The VT inputs to the HV feeder protection scheme will be provided by the 33kV HV line VT at Albertsdale Substation and indoor 33kV busbar VT’s at Eden Park Substation.
3.3.2 Current Transformer Ratios for 1 x 33kV Feeder
The HV feeder bay uses 6 x 1C 630mm2 XLPE CU SWA cable. The current rating is 2 x 760A at 77°C under
normal conditions. The substation load based on two 20MVA transformers and an allowance for 20%
overload is 839.81A. The chosen current transformer ratio is hence 400/1 at 33kV. The 33kV feeder will have
the same CT ratio for protection. The following current transformer ratios were selected for the 33kV feeders:
Page | 353
Differential protection 400/1
Backup protection (Directional O/C and E/F) 400/1
Buszone Main 1000/1
Buszone Check 1000/1
33kV Stats Main 400/1
33kV Stats Check 400/1
Please Note that the differential protection will require a communication link, relays and breakers on both
ends of the 33kV feeders.
3.4 33kV Busbar Protection philosophy
The proposed Two Zone Bus zone protection scheme will be used for 33kV Bus zone protection at Eden
Park Substation. The scheme is suitable for a single bus bar with up to eight bays and one bus section.
The proposed Bus zone protection scheme consists of Over-current relays, Tripping relays, CT bus-wire
supervision, stabilizing resistors and breaker fail function.
HV Buszone Protection Relay (Over-current O/C) Relays
Tripping Relay
The scheme will be installed in a new swing frame cabinet.
The CT inputs for the transformers and HV feeders will be wired from their respective CT junction boxes to
the Buszone panel for two zone protection.
3.4.1 Current Transformer ratios to be employed
The following current transformer ratios will be used for Bus-zone:
33/6.6kV Transformers – Main and Check 1000/1
33kV Feeders – Main and Check 1000/1
Page | 354
80. Figure 5: HV Feeder Connections for 33kV Incomer
3.3.3 Cabling Requirements
Figure 6 below provides the necessary details for feeder protection scheme cabling requirements. New
cables to the control room will be installed.
Page | 355
81. Figure 6: HV feeder cabling Diagram for 33kV Incomer
Page | 356
3.4 33kV Bus Zone Protection philosophy
The proposed two Zone Bus zone protection scheme will be used for 33kV Bus zone protection. The scheme
is suitable for a single bus bar with up to eight bays and a bus section.
The proposed Bus zone protection scheme consists of Differential relays, Tripping relays, CT bus-wire
supervision, stabilizing resistors, CT & VT test blocks and breaker fail function.
HV Buszone Protection Relay Differential Relays
Tripping Relays
The scheme will be installed in a new swing frame cabinet.
The CT inputs for the transformers and HV feeders will be wired from their respective CT junction boxes to
the Buszone panel for two zone protection.
3.4.1 Current Transformer ratios to be employed
The following current transformer ratios will be used for Bus-zone:
33/6.6kV Transformers – Main and Check 2400/1
33kV Feeders – Main and Check 2400/1
3.4.2 Cabling Requirements:
The Buszone protection scheme will be wired as illustrated in figure 7 below.
Page | 357
82. Figure 7: Bus zone Cabling Diagram
3.5 6.6kV Reticulation Feeder Protection Philosophy It is proposed that Reticulation Feeder protection be installed for the 20 x 6.6kV feeders in this project. Each
scheme utilises a relay with overcurrent and earth fault protection. The scheme will be applied for both cable
and overhead 6.6kV feeders. The scheme will be factory installed by the manufacturer on a swing frame
panel.
Feeder Protection relay Over-current (O/C) and Earth Fault (E/F)
Sensitive Earth Fault (SEF)
Circuit-Breaker Fail
Page | 358
3.5.1 Current Transformer ratios to be employed
The indoor ring type CT’s come integral to the indoor switchgear and they consist of one protection core and
one metering core.
The following 6.6kV Feeder Protection Ratios will be employed:
O/C & E/F Protection, Breaker Fail 400/1 (20 Feeders)
3.5.2 Cabling Requirements:
Figure 8 provides the necessary details for a reticulation feeder cabling requirements.
Page | 359
83. Figure 8: 6.6kV Reticulation Feeder Cabling Diagram
Page | 360
3.6 6.6kV Bus bar (Arc) Protection Philosophy
The proposed Bus bar protection and control scheme will be used for the 6.6kV indoor busbar in the
switchgear room. The scheme is suitable for a bus bar circuit with up to 14 bays (3 X Zones, 3 X Incomers &
30 x Feeders) and consists of the following functions.
Bus-Protection Relay
Over-current (O/C)
Arc Sensor (Breaker, Cable & Busbar Chambers)
Circuit-Breaker Fail
Close Block, High Speed Trip Outputs
The proposed scheme consists of a 20U front plate housing the test blocks, a Protection Not Healthy
indication light, Bus-protection relay and a 20U back plate housing all the terminals and auxiliary equipment.
The scheme will be installed in a new independent swing frame cabinet and mounted in the control room.
Note: An alternative to the above setup can also be accepted as follows: The 2 x incomer relays will also
provide two zones of arc flush protection. Each incomer relay will come with 3 arc point sensors for the CB,
CT and Cable Chambers. It will also have a fibre loop technology sensor for the busbar from one adjacent
bus-section to the other. The arc sensors will work in conjunction with the incomer O/C to produce a high
speed trip output. The tripping will be selective, i.e only isolated the faulted busbar section from all points of
possible supply. The 6.6kV feeder relays will also be capable of processing 3 x point sensors for the feeder
CB, CT and Cable chambers.
3.6.1 Current Transformer ratios to be employed
The indoor current transformers protection cores for the 2 x 6.6kV incomer (Trfr 1 & 2 Feeders) will be used
for the overcurrent function of the Arc protection scheme.
The following CT Ratios will be employed for 6.6kV Arc Bus-bar Protection:
O/C Protection, Breaker Fail 2400/1
Page | 361
Page | 362
84. Figure 9: 6.6kV Arc Busbar Protection single line diagram.
Page | 363
85. Figure 10: 6.6kV Arc Busbar Protection cabling diagram
Page | 364
3.7 6.6kV Bus Section Protection Philosophy
The proposed Bus-Section protection and control scheme will be used for 6.6kV Bus-Section
protection. The scheme is suitable for a single bus bar and consists of the following functions.
Bus-section control
CB Status Indication
Local/Remote Switch
CB Control Switches
Ammeter & Voltmeter
The proposed scheme consists of a 4U front plate housing the test blocks, a Protection Not
Healthy indication light, Bus-section control switches, indication lamps and a 12U back plate housing
all the terminals and auxiliary equipment. The scheme will be installed in a new swing frame cabinet.
3.7.1 Current Transformer Ratios to be employed
One set of current transformers will be installed for the bus coupler and they consist of two
protection cores and one metering core.
The 6.6kV Bus-section will employ the following CT Ratios:
Ammeter 3200/1
3.7.2 Voltage Transformer requirements
86. Voltage transformer inputs to the Bus coupler scheme are to be routed from each 6.6kV VT terminal box to the Bus-section breaker terminal box and through to the Bus section protection scheme. These are to supply the voltmeters for busbar 1A and busbar 1B.
Page | 365
87. Figure 11: 6.6kV Bus Section single line diagram
3.7.3 Cabling Requirements:
The bus section protection scheme will be wired as illustrated in figure 11 below.
Page | 366
88. Figure 12: 6.6kV Bus Section cabling diagram
Measurements and Metering Philosophy
4.1 HV (33kV) Statistical Metering
Smart meters (1A, Class 0.5) will be mounted in the same swing frame panels as the 2 x 33kV Incomers
protection. One voltage selection module type D will be installed for the 2 x 33kV/110v voltage transformers.
The smart meters are cascaded and connected to a cell modem that will be used for remote communication.
4.2 6.6kV Statistical Metering
Statistical metering will be installed for each and every 6.6kV feeder in the control room. Install new 20 x 1A
smart meters with power monitoring capabilities and wired for 3P4W configuration. Connect the cascaded
meters to a cell modem for remote communication. All Voltage fail relays, Circuit Breakers, Test Blocks,
Terminal Strips and all other auxiliary equipment are to be factory installed in the protection panels in
accordance with Ekurhuleni’s standards.
4.4 Current Transformer ratios to be employed for metering
CT Specification is as follows:
(Stats) Incomer 33kV - Ratio: Use: 800/1A, Class: 0.5, Burden: 10VA. Post type CT’s metering core.
(Stats) Feeder 6.6kV - Ratio: Use: 400/1A for all the 6.6kV Feeders, Class: 0.5, Burden: 10VA. CT’s internal
to Indoor Switchgear.
The current transformer ratios to be employed for statistical metering are shown in the table below.
Description CT
Ratio 1 CT
Ratio 2 Class
Stats Metering : 33kV 800/1 800/1 0.5 Stats Metering : 6.6kV 400/1 0.5
Page | 367
4.5 Cabling Requirements:
The 33kV statistical metering panel will be wired as illustrated in figure 12 below.
89. Figure 12: 33kV Statistical Metering cabling diagram
Page | 368
AC/DC Distribution Philosophy
5.1 AC/DC Panel Specification
One new AC/DC panel will be installed in the control room at Eden Park substation. The panel will comprise of a main AC supply module, a three-phase AC supply module, 2 x single-phase AC supply module and 2 x DC supply module.
The requirements for AC and DC supply points at Eden Park 33/6.6kV Substation for AC/DC Panel is as follows
Item
1 A
C
3 A
C
DC
Supply Points Required
33/6.6kV Transformer 1 RP 1 1
33/6.6kV Transformer 1 TCD 1
33/6.6kV Transformer 2 RP 1 1
33/6.6kV Transformer 2 TCD 1
33kV Incomer 1 feeder RP 1 1
33kV Incomer 2 feeder RP 1 1
33kV Buszone RP 1 1
33kV Bus Coupler 1 RP 1 1
6.6kV Fdr 1 RP 1 1
6.6kV Fdr 2 RP 1 1
6.6kV Fdr 3 RP 1 1
6.6kV Fdr 4 1 RP 1 1
6.6kV Fdr 5 RP 1 1
6.6kV Fdr 6 RP 1 1
6.6kV Fdr 7 RP 1 1
6.6kV Fdr 8 RP 1 1
6.6kV Fdr 9 RP 1 1
6.6kV Fdr 10 RP 1 1
Page | 369
6.6kV Fdr 11 RP 1 1
6.6kV Fdr 12 RP 1 1
6.6kV Fdr 13 RP 1 1
6.6kV Fdr 14 RP 1 1
6.6kV Fdr 15 RP 1 1
6.6kV Fdr 16 RP 1 1
6.6kV Fdr 17 RP 1 1
6.6kV Fdr 18 RP 1 1
6.6kV Arc Busbar RP 1 1
6.6kV Bus Section RP 1 1
RTU 1
Telecoms 1
Control Room Distribution Board 1
Battery Charger 1 (Nickel) 1
TOTAL 28 2 29
Supply Points Available
Yard AC 3 8
2 x 1 AC module (14 each) 28
3 AC module 4
3 x DC supply module (10 each) 30
TOTAL AVAILABLE 31 12 30
TOTAL REQUIRED 28 2 29
TOTAL SPARE 0 10 1
90. Table 1:AC/DC Panel supply points calculation
5.2 110V Batteries and Charger Specification One nickel cadmium set of batteries will be installed in the substation. (95Ah) One charger will be installed to
cater for the battery bank. (110v, 20A)
Page | 370
5.3 Yard AC Distribution Board
A Yard AC distribution board will be installed in the substation.
91.
92. Figure 13: Yard AC Cabling Diagram
Page | 371
93.
94. Figure 14: AC/DC PANEL 1 Cable block diagram.
See Appendix B for more details on DC design.
26 July 2002
Tele-control Philosophy
All protection and control schemes are to come with both IEC 60870-S-103/DNP3 (RS485) and IEC
61850 (RJ45) protocols. The protection schemes to be linked to SCADA are:
Transformer Scheme Tap Change Scheme Reticulation Feeder Scheme Incomer Differential Protection Scheme 33kV Bus-zone Protection Scheme 6.6 kV Bus-coupler Scheme 6.6 kV Bus-protection Scheme
The additional outputs that will be hard wired to the IDF are:
PNH BATTERY CHARGER DOOR ALARM
Only 1 x PNH (Protection Not Healthy) alarm per scheme will be wired to the RTU. A new 1 x PB8
800mm wide x 600mm deep RTU will be installed. This RTU must include 3 x MOXA RS485 to
RS232 converters. It has 6 ports capable of RS485 serial communication. The hard wired alarms will
be wired to the RTU through a 1 x 2 vertical 80 way wall mount IDF 600mm wide x 1800mm high.
Due to the large amount of hardwired alarms, 3 x combo cards (32 x digital inputs, 8 x analogue
inputs and 8 x control outputs) will be required. The RTU will receive its 110V DC supply from the
AC/DC Panel.
373
Tele-communication Philosophy
Install fibre optic termination and associated equipment for a SCADA Gateway to enable
communication between Eden Park substation and various centres including the Control Centre.
Relays will support the preferred DNP3/IEC60870-5-103 and IEC61850 protocols. The
communication ports will be rear RJ45 and RS485 ports.
Substation Control Room
The existing control room layout is shown in figure 20 below (read in conjunction with Table 2).
95. Figure 15: Substation Control Room Layout
Note: 110v Nickel Cadmium Batteries to be located in a battery cabinet inside the control room.
Table 2: Control Room Layout Legend
374
Commissioning Scope of Work
9.1 Protection scope of works
The Contractor is to, as per project procedures; pre-commission and commission all new protection
equipment as per the Protection Philosophy section and drawings. Primary equipment such as CTs,
VTs, etc. is to be tested. The following list shows the labels required for the protection panels. These
labels should be installed on the corresponding equipment.
33/6.6kV Transformer 1 RP
33/6.6kV Transformer 1 TCD
33/6.6kV Transformer 2 RP
33/6.6kV Transformer 2 TCD
33kV Incomer 1 feeder RP
33kV Incomer 2 feeder RP
33kV Buszone RP
33kV Bus Coupler 1 RP
6.6kV Fdr 1 RP
6.6kV Fdr 2 RP
6.6kV Fdr 3 RP
6.6kV Fdr 4 1 RP
6.6kV Fdr 5 RP
6.6kV Fdr 6 RP
6.6kV Fdr 7 RP
6.6kV Fdr 8 RP
6.6kV Fdr 9 RP
6.6kV Fdr 10 RP
6.6kV Fdr 11 RP
6.6kV Fdr 12 RP
6.6kV Fdr 13 RP
6.6kV Fdr 14 RP
6.6kV Fdr 15 RP
6.6kV Fdr 16 RP
6.6kV Fdr 17 RP
6.6kV Fdr 18 RP
6.6kV Fdr 19 RP
375
6.6kV Fdr 20 RP
6.6kV Arc Busbar RP
6.6kV Bus Section RP
9.2 AC/DC scope of works
The Contractor is to, as per project procedures; connect all new protection equipment as per the
AC/DC Philosophy section and drawings. All the AC/DC load circuits on AC/DC Panel are to be
properly labelled. The following list shows the labels required for the AC/DC panels. These labels
should be installed on the corresponding equipment.
YARD AC BOARD
AC/DC PANEL
110v BATTERY CHARGER
110v BATTERY CABINET
9.3 Metering scope of works
The Contractor is to, as per project procedures; commission all new metering equipment as per the
Measurements Philosophy section and drawings. Metering will be factory fitted in the 6.6kV
Protection and Control Panels.
33kV STATS METERING
9.4 Tele-control scope of works The Contractor is to, as per project procedures; commission all tele-control equipment as per the attached Tele-control Philosophy.
RTU
IDF A
IDF B
9.5 Tele-communication scope of works The Contractor is to, as per project procedures; commission all telecontrol equipment as per the attached Telecommunication Philosophy.
Telecomms PANEL
9.6 Installation and Commissioning Procedure
Install and Commission the 2 x 33/6.6kV Transformer and OLTC schemes
Install and Commission the new 33kV Buszone scheme.
Install and Commission the new 33kV Bus Section scheme.
Install and Commission the new AC/DC panel.
Install and Commission the new 110v Nickel Cadmium Charger and Batteries
Install and Commission the 4 x 33kV Feeder schemes (Two of them are at Albertsdale substation)
Install and Commission the Telecomms panel
Install and Commission 20 x 6.6kV Feeder schemes
376
Install and Commission the new 6.6kV Bus section scheme.
Install and Commission the new 6.6kV Bus protection scheme.
Install and Commission the new 33kV Stats Metering.
Install and Commission the new 11kV Stats Metering.
Install and Commission the IDF.
Install and Commission the RTU.
Construction scope of work
The Contractor is to install, make off and terminate all cables as indicated in the cable block diagrams.
Install the new Swing-frame Panels and Cabinets in Control Room as described in the Installation and Commissioning procedures above.
Work Description
Item Work description
1 Cables Total length Quantity (ea)
1.1 Install and make-off 4ECVcable 4260 m
208
1.2 Install and make-off 12DCV cable 2110 m
76
1.3 Install and make-off 19DCV cable 1280 m
32
1.8 Install and make-off RS485 cable 840 m
40
2 Glands & Shrouds Quantity (ea)
2.1 No. 1 Gland & Shroud 568
2.2 No. 2 Gland & Shroud 152
2.3 No. 3 Gland & Shroud 64
3 Control room Equipment Quantity (ea)
3.1 Panel and Cabinet installation
3.2 Install the 33/6.6kV Transformer and OLTC schemes in swing frame panel 2
3.3 Install the new AC/DC panel. 1
3.4 Install the new 110v Charger and Batteries 1
3.4 Install the 33kV Feeder scheme 4
3.5 Install the Telecomms panel 1
3.6 Install the 6.6kV Feeder schemes in swing frame panels 20
3.7 Install the new 33kV Bus zone scheme in swing frame panel. 1
3.8 Install the new 6.6kV Bus protection scheme in swing frame panel. 1
3.9 Install the new 33kV Stats Metering in swing frame panel. 4
3.10 Install the new 6.6kV Tariff Metering panels in swing frame panel. 20
377
Item Work description
3.11 Install the IDF. 2
3.12 Install the RTU. 1
3.13 Install the new 6.6kV Bus section scheme in swing frame panel 1
Ordering schedule
11.1 Long-lead ordering schedules
All schemes should be ordered as long-lead material
11.3 Summary of Bill of Quantities
Equipment must only be ordered according to the ordering schedules attached with this document.
378
Appendix A: Specification
379
26 July 2002
1. Single Line Diagram
381
26 July 2002
2. Relay Specifications Please refer to Appendix 1 for detailed Ekurhuleni Metropolitan Municipality Protection Relay Specification.
2.1 Power Supply
2.2 Current & Voltage Measurement Modules
1. Power Supply Module
Rated voltage 80-300Vac/dcMaximum interruption 100msMaximum power consumption 30W
2. Current Measurement Module1/5A (parameter settable)0.2A (ordering option)
Number of channels per module 4Rated frequency 50Hz
Burden<0.1VA at rated current20A (continuous)500A (for 1s)
1200A (for 10ms)
Current measurement range 0-50xIn
3. Voltage Measurement Module100/√3, 100V, 200/√3, 200V(parameter settable)
Number of channels per module 4
Burden <1VA at 200V
Voltage withstand250V (continuous)
Voltage measurement range 0.05-1.2xUn
50Hz
Nominal current
Thermal withstand
Rated voltage Un
Rated frequency
383
2.3 Trip, Input & Output Modules
2.4 Casing, Packaging & Environmental Conditions
4. High Speed Trip Module
Rated voltage Un 110/220VdcNumber of outputs per module 4Continuous carry 8AMaking capacity 30A (0.5s)
Breaking capacity4A (L/R=40ms, 220Vdc)
5. Binary Output Module
Rated voltage Un 250Vac/dcNumber of outputs per module 7 (NO) + 1(NC)Continuous carry 8A
Breaking capacity0.2A (L/R=40ms, 220Vdc)
6. Binary Input Module
Rated voltage Un110 or 220Vdc (ordering option)
Number of inputs per module12 (in groups of 3)
Current drainapprox. 2mA per channel
Breaking capacity0.2A (L/R=40ms, 220Vdc)
7. Casing & Package
Protection degree (front)IP 54 (with optional cover)5kg net
6kg with package
CasingWithdrawable Case
8. Environmental Conditions
Specified ambient service temp. range -10…+55°CTransport and storage temp. range -40…+70°C
Weight
384
2.5 Annunciator
• Each relay must have programmable LED’s that serve as annunciators.
• Red LED’s to indicate ‘a trip’ while the label on the LED is that of the of the trip trigger.
• Amber LED’s to indicate ‘an alarm’ while the label on the LED is that of the of the alarm trigger.
• See example of Transformer main relay annunciator below.
385
2.6 Communication Protocols & Ports
Please refer to Appendix 1 for detailed Ekurhuleni Metropolitan Municipality Protection Relay Specification.
2.7 Tests 1. Disturbance Tests
CE approved and tested according to EN50081-2, EN 50082-2
Emission- Conducted (EN 55011 class A) 0.15 - 30MHz- Emitted (EN 55011 class A) 30 - 1 000MHzImmunity- Static discharge (ESD) (According to Air discharge 8kV Contact discharge 6kVIEC244-22-2 and EN61000-4-2, class III)
Power supply input 4kV, 5/50ns- Fast transients (EFT) (According to other inputs and outputs 4kV, 5/50nsEN61000-4-4, class III and IEC801-4, level4)
Between wires 2 kV / 1.2/50µs- Surge (According to EN61000-4-5 [09/96], level 4)
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN61000-4-6, class III) f = 150 kHz….80 MHz 10V
2. Voltage Tests
Insulation test voltage acc- to IEC60255-5Impulse test voltage acc- to IEC 60255-
5
3. Mechanical Tests
2 ... 13.2 Hz ±3.5mm13.2 ... 100Hz, ±1.0g
Shock/Bump test acc. to IEC 60255-21-Feb
EMC test
2 kV, 50Hz, 1min
5 kV, 1.2/50us, 0.5J
Vibration test
20g, 1000 bumps/dir.
386
3 Common Panel Specifications
• Swing frame panel (Front Access) of dimensions: 2400mm high x 800mm wide x
600mm deep suitable for top entry of cables.
• It must be manufactured of 2mm (side plates) & 3 mm (face plates) thick mild steel. It shall have an aperture of 48U and conform to the requirements of IEC 60297-1.
• Panels to open right to left.
• All blanking plates to close-up front panel apertures not utilised.
• Blanking plates shall be manufactured from mild steel of 2 mm thickness.
• A mimic diagram to be included on each and every scheme – See example below.
• Test Blocks to be MLG type.
387
4. 33kV Feeder (Also applicable for 6.6kV Customer Feeder)
• It will be used to protect the 33kV Outgoing feeders and is also applicable for 6.6kV Customer feeders.
• The scheme uses a main protection relay. The main protection relay will be used as differential protection for the feeder.
• The scheme also comprises of a backup protection relay. The functions for the backup relay are overcurrent, thermal overload and earth fault protection.
Main Protection relay Differential protection
Backup Protection relay
Overcurrent Protection, Thermal Overload
Earth Fault Protection
388
4.1 33kV Feeder Protection – Diagram
389
4.2 33kV Feeder Protection/6.6kV Customer Feeder – Relay Layout
Please note the layout can be side by side
390
Please note the layout can be side by side
391
4.3 33kV Feeder Protection/6.6kV Customer Feeder Protection – Relay Specification
Item No. IEC ANSI Description
1 I >>> 50 Three-phase instantaneous overcurrent protection
2 I> I>> 51
Three-phase time overcurrent protection 3
4 I0 >>> 50N Residual instantaneous overcurrent protection
5 I0> I0>> 51N
Residual time overcurrent protection 6
7 IDir > IDir>> 67
Directional three-phase overcurrent protection
8
9 I0Dir > I0Dir >>
67N Directional residual overcurrent protection 10
11 I2h > 68 Inrush detection and blocking
12 Iub > 46 Current unbalance protection
13 T > 49L Line thermal protection
14 U > 59
Definite time overvoltage protection 15 U >>
16 U < 27
Definite time undervoltage protection
17 U <<
18 U0> U0>> 59N Residual voltage protection
19
20 f > 81O Overfrequency protection
21 f >>
22 f < 81U Underfrequency protection
23 f <<
24 df/dt 81R
Rate of change of frequency protection 25
26 CBFP 50BF Breaker failure protection
392
5. 33kV Bus-zone Protection
For the detailed 33kV Bus-zone specification please refer to Appendix 2.
• The proposed 3 x Zone Bus zone protection scheme utilizing one or more relays will be used for 33kV Bus zone protection.
• The scheme must incorporate CT & VT Test Blocks mounted in front of the protection panel.
• The scheme is suitable for a double bus bar with up to 30 bays (3 Incomers, 20 Feeders, 2 Bus-sections, 1 Bus-Coupler and 3 Transformer bays.
• The proposed Bus zone protection scheme consists of Differential relays, Tripping relays, CT bus-wire supervision, stabilizing resistors and breaker fail function.
• A high or low impedance scheme can be proposed. The 33kV busbar protection will have minimum the following capabilities:
5.1 33kV Bus-zone Protection – Diagram
26 July 2002
5.2 33kV Bus-zone Protection – Panel
5.3 33kV Busbar Protection – Relay Specification
Function Nam e IEC ANSI Descrip tion
3IdB> 87BBusbar differential protection
CBFP 50BF Breaker failure protection
394
6. 33/6.6kV Transformer Protection Please refer to Appendix 1 for detailed Ekurhuleni Metropolitan Municipality Protection Relay Specification.
• The transformer protection schemes will have main and back-up protection relays.
• The scheme has a two winding differential relay including HV and LV thermal protection, HV OC and EF, LV OC & EF functions.
• Backup protection will be provided by a Low Impedance LV REF Relay, an HV O/C and E/F Relay and an LV O/C and E/F relay.
• It also has the transformer protection inputs going through the main protection relay. (Bucholtz, pressure switch, winding and oil temperature). As back-up they are also wired to trip the HV & LV CB’s through the LV REF relay.
• The transformer protection scheme will be placed in the same swing frame cabinet together with the tap changer scheme.
Transformer Protection Relay Functions
HV and LV over-current & Earth Fault
Main Protection relay HV and LV Thermal Protection HV and LV Breaker Fail
Backup Protection relay 1 LV OC/EF Backup Protection relay 2 LV Low impedance REF Backup Protection relay 3 HV OC/EF
395
6.1 33/6.6kV Transformer Protection – Diagram
396
6.2 33/6.6kV Transformer 1 Protection – Panel
397
398
6.3 33/6.6kV Transformer Protection – Relay Specification
Function Nam e IEC ANSI Descrip tion
3IdT> 87TTransformer differential protection
REF 87NRestricted earth fault protection (low impedance)
I >>> 50Three-phase instantaneous overcurrent protection
I0 >>> 50NResidual instantaneous overcurrent protection
I2h > 68Inrush detection and blocking
I2 46Negative sequence overcurrent
Iub > 60Current unbalance protection
T > 49 Thermal protectionU >U >>U <U <<
f >f >>f <f <<
CBFP 50BF Breaker failure protection
81O Overfrequency protection
81UUnderfrequency protection
df/dt 81RRate of change of frequency protection
59Definite time overvoltage protection
27Definite time undervoltage protection
U0> U0>> 59NResidual voltage protection
I> I>> 51Three-phase time overcurrent protection
I0> I0>> 51NResidual time overcurrent protection
399
6.4 33/6.6kV Tap Changer Protection & Control Please refer to Appendix 1 for detailed Ekurhuleni Metropolitan Municipality Protection Relay Specification.
• The protection provided by the On-Load Tap Change Protection and Control schemes will be installed.
• A Voltage Regulating Relay will be used for voltage regulation and tap changer control.
• The schemes will be installed in the same swing-frame panel as the transformer scheme.
• The tap change scheme requires status inputs from all breakers and isolators on the HV and LV sides of the transformer.
• The VT supply shall be wired to the Transformer Protection terminals and looped to the Tap Change Scheme terminal blocks.
• Current transformer inputs to the tap change scheme are to be obtained from the transformer LV CB CTs.
Tap Changer Relay Functions Voltage Regulating relay Voltage Regulating Control
6.5 Transformer Tap Changer Protection – Diagram
400
7. 6.6kV Feeder Protection & Control Please refer to Appendix 1 for detailed Ekurhuleni Metropolitan Municipality Protection Relay Specification.
• A relay with over current, thermal overload and earth fault protection should be used for reticulation feeder protection.
• The scheme will be applied to 6.6kV cable feeders.
• One swing frame panel will accommodate two schemes.
Feeder Protection Relay Functions
Protection relay Over-current (O/C), Thermal O/L and Earth Fault (E/F)
Circuit-Breaker Fail
7.1 6.6kV Feeder Protection – Diagram
401
7.2 6.6kV Feeder Protection – Panel Layout
Please note the layout can be side by side
402
7.3 6.6kV Feeder Protection – Relay Specification
Item No. Function Name
IEC ANSI Description
1 Overcurrent Elements -
Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurrent Elements -
Time
I > I >> 51P Phase
6 I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection -
Current Based
f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt 81R Rate of change of Frequency
12 Breaker failure protection
CBFP 50BF
13 Auto-Reclose Control 0 -> 1
79
14
Directional three-phase overcurrent protection
IDir > IDir >>
67
15
Directional residual overcurrent protection
I0Dir > I0Dir >> 67N
16
Thermal protection
T > 49 Thermal protection
403
8 AC/DC Panel
• One AC distribution panel will be used and it contains the changeover module. Trfr 1
and Trfr 2 Auxiliary transformers provide 230V supply to the AC panel.
• One DC Distribution panel will be utilised.
• For Batteries and Charger specifications refer to the AC/DC Detailed design in Appendix 3.
• The 6.6kV and 33kV Control Rooms will share one Distribution Board.
• An AC changeover switch for switching between Normal AC and UPS AC with a centre off position shall be installed.
404
8.1 AC/DC Functional Diagram
405
26 July 2002
8.2 AC Panel Layout
26 July 2002
8.3 DC Panel Layout
26 July 2002
8.4 AC and DC Specification
Please refer to Appendix 2 for the detailed AC and DC specification.
9. LV Busbar (Arc) Protection Please refer to Appendix 1 for detailed Ekurhuleni Metropolitan Municipality Protection Relay Specification.
• A stand-alone arc protection system separate from the over current and earth fault protection is required.
• The arc protection shall operate on light and current to ensure no spurious tripping. • The arc system master relay shall record events and waveforms for the purpose of
analysing the sequence of events and the cause of trips experienced by down loading the data with a laptop or remotely.
• The logic state programmed in the relay shall not change when DC is removed from the relay.
• The arc sensors shall have continuous self-supervision and must be mountable on the inside of the panel. The sensors shall be fitted with screws to the panels. Arc sensor failure must be alarmed and clearly indicated on the front of the panel or the LV chamber of the panel.
• The arc protection system must be a self-supervision type system and all trips/faults and system errors locations shall be displayed clearly on the front of the panel.
409
9.1 6.6kV Buszone (Arc) Protection – Panel Layout
26 July 2002
9.2 6.6kV Buszone (Arc) Protection – Functional Diagram
411
10. 33/6.6kV Bus-Section/Bus Coupler Protection & Control
• A relay with directional over current and earth fault protection should be used for reticulation feeder protection.
• All IEDs used in the schemes shall be supplied as standard with communication ports and protocols as per the SCADA detailed specification.
• One swing frame panel will accommodate up to two schemes.
• The 33kV Bus-section panels are to house impdo-graph equipment to monitor the quality of supply of the incomers. (VT & CT Inputs)
Feeder Protection Relay Functions
Protection relay Directional Over-current (O/C) and Earth Fault (E/F)
Circuit-Breaker Fail
412
10.1 33/6.6kV Bus-Section/Bus Coupler Protection – Diagram
413
10.2 33/6.6kV Bus-Section/Bus Coupler Protection – Panel Layout
10.3 33/6.6kV Bus-Section/Bus Coupler Protection – Relay Specification
Item No.Function Name
IEC ANSI DescriptionOffer (Yes/No)
1 I >>> 50P Phase2 I0 >>> 50N Neutral3 I0 >>> 50G Residual4 50Q Negative Sequence5 I > I >> 51P Phase6 I0> I0>> 51N Neutral7 I0> I0>> 51G Residual8 51Q Negative Sequence9 f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt81R
Rate of change of Frequency
12
Breaker failure protection
CBFP 50BF
13
Auto-Reclose Control 0 -> 1
79
14
Directional three-phase overcurrent protection IDir > IDir >>
67
15
Directional residual overcurrent protection I0Dir > I0Dir >> 67N
Overcurrent Elements -
Instantaneous
Overcurrent Elements -
Time
Frequency protection -
Current Based
414
11SCADA Specification
Please see Appendix 3 for the detailed SCADA specification.
12. Technical Schedules Annexures • Annexure A – 33kV Incomer Protection • Annexure B – 33kV Feeder Protection • Annexure C – 33/6.6kV Transformer Protection • Annexure D – 33/6.6kV Tap Changer Protection & Control • Annexure E – 33kV Bus Zone Protection • Annexure F – 33kV Bus-Section/Coupler Protection • Annexure G– 6.6kV Feeder Protection • Annexure I – 6.6kV Customer Feeder Protection • Annexure J – SCADA, Telecontrol & Telecommunication • Annexure K – Ekurhuleni Metropolitan Municipality Protection Relay
Specification
13. Appendices • Appendix 1 – Ekurhuleni Metropolitan Municipality Protection Relay
Specification • Appendix 2 – AC and DC Specification • Appendix 3 – SCADA Specification
415
Annexure A – 33kV Incomer Protection Technical schedules A and B for Technical requirements for 33kV Incomer
protection and control scheme
Schedule A: Purchaser's specific requirements
Schedule B: Guarantees and technical particulars of equipment offered
Item Description Schedule A Schedule B
1. Module construction
1.1 Drawings On Request
1.2 Minimum thickness of panel
a) face plate mm 3
b) side plates, etc. mm 2
1.3 Mounting and dimensions
A 19 inch rack module. Maximum size: 12 U high × 438 mm wide by 240 mm deep. (1 U is defined to be 44.45 mm), excludes back plate. 19 inch rack mounting flanges adjustable
2. Housing finish
2.1 Colour
a) interior and exterior Light grey to SABS 1091, colour code G29, semigloss
2.2 Degree of protection IP51
3. Control and secondary terminals
3.1 Type of mounting DIN Rail
3.2 Manufacturer and type 1. Screw clamp, spring loaded terminal. (to EMM approval) 2. Sliding links including banana test plug sockets (to EMM approval)
416
4. Control wiring
4.1 Type of termination Crimped lug
4.2 Wiring identification By slip-on ferrule. All wiring done by hand inside and outside module is to be labelled on both ends.
5. Indication lamps
5.1 Type and colour code D.C. 110/220V. Cluster LED type indication. Must be clearly visible in a well lit room. Colour code to EMM approval
6. MCBs
6.1 D.C. MCB
6.1.1 Type DPMCB (to EMM approval)
6.1.2 Manufacturer Specify (to EMM approval)
6.1.3 Specification To comply with IEC 60898 and IEC 60947
6.1.4 Rating 16A
6.2 A.C. MCB
6.2.1 Type DPMCB (to EMM approval)
6.2.2 Manufacturer Specify (to EMM approval)
6.2.3 Specification To comply with IEC 60898 and IEC 60947
6.2.4 Rating 10A
6.3 V.T. MCB
6.3.1 Type DPMCB (to EMM approval)
6.3.2 Manufacturer Specify (to EMM approval)
6.3.3 Specification To comply with IEC 60898 and IEC 60947
6.3.4 Rating 2A
7. Complete panel test sheet
7.1 Disturbance Tests Refer to section 2.8 of this document.
7.2 Voltage Tests Refer to section 2.8 of this document.
417
7.3 Mechanical Tests Refer to section 2.8 of this document.
7.4 Environmental class
7.4.1 Specified Ambient Temp. range °C
–10 to + 55
7.4.2 Transport & Storage Temp. range °C
–40 to + 70
7.4.3 Relative Humidity 5 to 95
8. Power supplies
8.1 Input voltages D.C. 110 V deviation ± 20%
8.2 State quiescent burden, D.C. burden for entire scheme at each supply voltage
Specify (to EMM approval)
8.3 State maximum operating burden
Specify (to EMM approval)
9. 33kV Incomer Protection relay
9.1 Manufacturer’s type designation
Specify (to EMM approval)
9.2 Rated D.C. supply voltage
110 V D.C.
9.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption
30W
9.3 Analogue voltage input
9.3.1 Rated voltage, Vn 110
9.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
9.3.3 Burden on overvoltage VA
3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
(parameter settable)
Number of channels per module
4
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range
0.05-1.2xUn
9.4 Analogue current input
9.4.1 Rated current, In 1A
9.4.2 Analogue current input 2 x In continuous
418
ratings
100 x In for 1s
9.4.3 Max burden on overcurrent VA
1 per phase
9.4.4 CT requirements Specify (to EMM approval)
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module
4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range
0-50xIn
9.5 Programmable LEDs
9.5.1 Number of LEDs As per scheme design.
9.5.2 Colour of LEDs Specify (to EMM approval)
9.6 Output contacts
9.6.1 Number of output contacts
As per scheme design
9.6.2 Contact ratings Specify (to EMM approval)
9.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module
4
Continuous carry 8A
Making capacity 30A (0.5s)
Breaking capacity 4A (L/R=40ms, 220Vdc)
9.6.4 Binary Output Module
Rated voltage Un 250Vac/dc
Number of outputs per module
7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module
12 (in groups of 3)
Current drain approx. 2mA per channel
419
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.7 Opto-isolated inputs
9.7.1 Number of inputs Specify (to EMM approval)
9.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
9.7.3 Voltage limits Specify (to EMM approval)
9.8 Settings
9.8.1 Number of voltage set points
2 or more
9.8.2 Voltage set point 99V to 121V ac step 0.1V
9.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
9.8.4 Over voltage blocking 110V to 125V ac
9.8.5 Under voltage blocking 99V to 121V ac step 0.1V
9.8.6 Initial time delay 0 s to 140s step 1s
9.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
9.8.8 Timing characteristic Definite time and Inverse (selectable)
9.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
9.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
9.9 Communication Ports
9.9.1 Front-mounted port for local engineering access.
1
9.9.2 Number of rear communication ports for engineering access
1
9.9.3 Protocol used for engineering access
Specify (to EMM approval)
9.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
9.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
9.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
420
9.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
9.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
9.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
9.10 Casing & Package
9.10.1 Protection degree (front)
IP 54 (with optional cover)
9.10.2 Weight 5kg net
6kg with package
9.10.3 Casing Withdrawable Case
9.11 Environmental Conditions
9.11.1 Specified ambient service temp. range
-10…+55°C
9.11.2 Transport and storage temp. range
-40…+70°C
9.12 Disturbance Tests
9.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
9.12.2 Emission
- Conducted (EN 55011 class A)
0.15 - 30MHz
- Emitted (EN 55011 class A)
30 - 1 000MHz
9.12.3 Immunity
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz….80 MHz 10V
9.13 Voltage Tests
421
9.13.1 Insulation test voltage acc- to IEC 60255-5
2 kV, 50Hz, 1min
9.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
9.14 Mechanical Tests
9.14.1 Vibration test 2 ... 13.2 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
9.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
10. Documentation
Tender documents to be supplied with sufficient detail so that proper technical and commercial assessments may be done.
Specify (to EMM approval)
Item No.
Function Name
IEC ANSI Description Offer (Yes/No)
1 Overcurrent Elements - Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurrent Elements - Time
I > I >> 51P Phase
6 I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection - Current Based
f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt 81R Rate of change of Frequency
12 Breaker failure protection
CBFP 50BF
13 Auto-Reclose Control
0 -> 1 79
14 Directional three-phase overcurrent protection
IDir > IDir >> 67
15 Directional residual overcurrent protection
I0Dir > I0Dir >> 67N
422
Annexure B – 33kV Feeder Protection
Technical schedules A and B for Technical requirements for 33kV Feeder protection and control scheme
423
Schedule A: Purchaser's specific requirements
Schedule B: Guarantees and technical of equipment offered
Item Description Schedule A Schedule B
1. Module construction
1.1 Drawings On Request
1.2 Minimum thickness of panel
a) face plate mm 3
b) side plates, etc. mm 2
1.3 Mounting and dimensions A 19 inch rack module. Maximum size: 12 U high × 438 mm wide by 240 mm deep. (1 U is defined to be 44.45 mm), excludes back plate. 19 inch rack mounting flanges adjustable
2. Housing finish
2.1 Colour
a) interior and exterior Light grey to SABS 1091, colour code G29, semigloss
2.2 Degree of protection IP51
3. Control and secondary terminals
3.1 Type of mounting DIN Rail
3.2 Manufacturer and type 1. Screw clamp, spring loaded terminal. (to EMM approval) 2. Sliding links including banana test plug sockets (to EMM approval)
4. Control wiring
4.1 Type of termination Crimped lug
4.2 Wiring identification By slip-on ferrule. All wiring done by hand inside And outside module is to belabelled on both ends.
5. Indication lamps
424
5.1 Type and colour code D.C. 110/220V. Cluster LED type indication. Must be clearly visible in a well lit room. Colour code to EMM approval
6. MCBs
6.1 D.C. MCB
6.1.1 Type DPMCB (to EMM approval)
6.1.2 Manufacturer Specify (to EMM approval)
6.1.3 Specification To comply with IEC 60898 and IEC 60947
6.1.4 Rating 16A
6.2 A.C. MCB
6.2.1 Type DPMCB (to EMM approval)
6.2.2 Manufacturer Specify (to EMM approval)
6.2.3 Specification To comply with IEC 60898 and IEC 60947
6.2.4 Rating 10A
6.3 V.T. MCB
6.3.1 Type DPMCB (to EMM approval)
6.3.2 Manufacturer Specify (to EMM approval)
6.3.3 Specification To comply with IEC 60898 and IEC 60947
6.3.4 Rating 2A
7. Complete panel test sheet
7.1 Disturbance Tests Refer to section 2.8 of this document.
7.2 Voltage Tests Refer to section 2.8 of this document.
7.3 Mechanical Tests Refer to section 2.8 of this document.
7.4 Environmental class
7.4.1 Specified Ambient Temp. range °C –10 to + 55
7.4.2 Transport & Storage Temp. range °C –40 to + 70
7.4.3 Relative Humidity 5 to 95
8. Power supplies
8.1 Input voltages D.C. 110 V deviation ± 20%
425
8.2 State quiescent burden, D.C. burden for entire scheme at each supply voltage
Specify (to EMM approval)
8.3 State maximum operating burden Specify (to EMM approval)
9. 33kV Feeder Protection relay
9.1 Manufacturer’s type designation Specify (to EMM approval)
9.2 Rated D.C. supply voltage 110 V D.C.
9.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption 30W
9.3 Analogue voltage input
9.3.1 Rated voltage, Vn 110
9.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
9.3.3 Burden on overvoltage VA 3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
(parameter settable)
Number of channels per module 4
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range 0.05-1.2xUn
9.4 Analogue current input
9.4.1 Rated current, In 1A
9.4.2 Analogue current input ratings 2 x In continuous
100 x In for 1s
9.4.3 Max burden on overcurrent VA 1 per phase
9.4.4 CT requirements Specify (to EMM approval)
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module 4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range 0-50xIn
9.5 Programmable LEDs
9.5.1 Number of LEDs As per scheme
426
design.
9.5.2 Colour of LEDs Specify (to EMM approval)
9.6 Output contacts
9.6.1 Number of output contacts As per scheme design
9.6.2 Contact ratings Specify (to EMM approval)
9.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module 4
Continuous carry 8A
Making capacity 30A (0.5s)
Breaking capacity 4A (L/R=40ms, 220Vdc)
9.6.4 Binary Output Module
Rated voltage Un 250Vac/dc
Number of outputs per module 7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module 12 (in groups of 3)
Current drain approx. 2mA per channel
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.7 Opto-isolated inputs
9.7.1 Number of inputs Specify (to EMM approval)
9.7.2 Rated D.C. supply voltage (to be stated) 110 V D.C.
9.7.3 Voltage limits Specify (to EMM approval)
9.8 Settings
9.8.1 Number of voltage set points 2 or more
9.8.2 Voltage set point 99V to 121V ac step 0.1V
9.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
9.8.4 Over voltage blocking 110V to 125V ac
9.8.5 Under voltage blocking 99V to 121V ac step 0.1V
9.8.6 Initial time delay 0 s to 140s step 1s
9.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
9.8.8 Timing characteristic Definite time and Inverse (selectable)
9.8.9 Motor running timer (pick-up delay) 1 s to 40 s step 1s
427
9.8.10 Motor running timer (drop off delay) 0.1 s to 9.9 s 0.2 step 0.1s
9.9 Communication Ports
9.9.1 Front-mounted port for local engineering access.
1
9.9.2 Number of rear communication ports for engineering access
1
9.9.3 Protocol used for engineering access Specify (to EMM approval)
9.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
9.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
9.9.6 Specify other ports for Comms to SCADA
Refer to Design Document – SCADA section
9.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document – SCADA section
9.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
9.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
9.10 Casing & Package
9.10.1 Protection degree (front) IP 54 (with optional cover)
9.10.2 Weight 5kg net
6kg with package
9.10.3 Casing Withdrawable Case
9.11 Environmental Conditions
9.11.1 Specified ambient service temp. range -10…+55°C
9.11.2 Transport and storage temp. range -40…+70°C
9.12 Disturbance Tests
9.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
9.12.2 Emission
- Conducted (EN 55011 class A) 0.15 - 30MHz
- Emitted (EN 55011 class A) 30 - 1 000MHz
9.12.3 Immunity
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
428
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz…. 80 MHz 10V
9.13 Voltage Tests
9.13.1 Insulation test voltage acc- to IEC 60255-5
1 kV, 50Hz, 2 1min
9.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
9.14 Mechanical Tests
9.14.1 Vibration test 3 ... 13.2 4 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
9.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
10. Documentation
Tender documents to be supplied with sufficient detail so that proper technical and commercial assessments may be done.
Specify (to EMM approval)
Item No.
Function IEC ANSI Description
1 Overcurrent Elements - Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral/Earth
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurrent Elements - Time Delay/Inverse Time
I > I >> 51P Phase
6 I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection - Current Based
f > f >> 81O Over frequency
10 f < f << 81U Under frequency
11 df/dt 81R Rate of change of Frequency
429
12 Breaker failure protection
CBFP 50BF
13 Auto-Reclose Control
0 -> 1 79
14 Synchronism- Check Function
25
15 Voltage Function - Definite Time
U > U >> 59 Over voltage
16 U < U << 27 Under voltage
17 Current Unbalance Protection
Iub > 46 Negative Sequence /Broken Conductor
18 Directional Overpower
32
19 Pole Disagreement Protection Function
52PD
20 Fuse Failure Function
60
21 Directional overcurrent protection - Definite Time/ Inverse Time
IDir > IDir>> 67 Phase
22 I0Dir > I0Dir >> 67N Residual
23 67NIE Intermittent Earth Fault
24 Power Swing Function
68
25 Earth Function Aided
85
26 Line Differential Protection Function
87L
430
Annexure C – 33/6.6kV Transformer Protection
Technical schedules A and B for Technical requirements for Transformer Feeder protection and control scheme
Schedule A: Purchaser's specific requirements
Schedule B: Guarantees and technical particulars of equipment offered
Item Description Schedule A Schedule B
1. Module construction
1.1 Drawings On Request
1.2 Minimum thickness of panel
a) face plate mm 3
b) side plates, etc. mm 2
1.3 Mounting and dimensions A 19 inch rack module. Maximum size: x U high × 438 mm wide by 240 mm deep. (1 U is defined to be 44.45 mm), excludes back plate. 19 inch rack mounting flanges adjustable. (Refer to Technical Specifications)
2. Housing finish
2.1 Colour
a) interior and exterior Light grey to SABS 1091, colour code G29, semigloss
2.2 Degree of protection IP51
3. Control and secondary terminals
3.1 Type of mounting DIN Rail
431
3.2 Manufacturer and type 1. Screw clamp, spring loaded terminal. (to EMM approval) 2. Sliding links including banana test plug sockets (to EMM approval)
4. Control wiring
4.1 Type of termination Crimped lug
4.2 Wiring identification By slip-on ferrule. All wiring done by hand inside and outside module is to be labelled on both ends.
5. Indication lamps
5.1 Type and colour code D.C. 110/220V. Cluster LED type indication. Must be clearly visible in a well lit room. Colour code to EMM approval
6. MCBs
6.1 D.C. MCB
6.1.1 Type DPMCB (to EMM approval)
6.1.2 Manufacturer Specify (to EMM approval)
6.1.3 Specification To comply with IEC 60898 and IEC 60947
6.1.4 Rating 16A
6.2 A.C. MCB
6.2.1 Type DPMCB (to EMM approval)
6.2.2 Manufacturer Specify (to EMM approval)
6.2.3 Specification To comply with IEC 60898 and IEC 60947
6.2.4 Rating 10A
6.3 V.T. MCB
432
6.3.1 Type DPMCB (to EMM approval)
6.3.2 Manufacturer Specify (to EMM approval)
6.3.3 Specification To comply with IEC 60898 and IEC 60947
6.3.4 Rating 2A
7. Complete panel test sheet
7.1 Disturbance Tests Refer to section 2.8 of this document.
7.2 Voltage Tests Refer to section 2.8 of this document.
7.3 Mechanical Tests Refer to section 2.8 of this document.
7.4 Environmental class
7.4.1 Specified Ambient Temp. range °C
–10 to + 55
7.4.2 Transport & Storage Temp. range °C
–40 to + 70
7.4.3 Relative Humidity 5 to 95
8. Power supplies
8.1 Input voltages D.C. 110 V deviation ± 20%
8.2 State quiescent burden, D.C. burden for entire scheme at each supply voltage
Specify (to EMM approval)
8.3 State maximum operating burden
Specify (to EMM approval)
9. Main Transformer Protection relay
9.1 Manufacturer’s type designation
Specify (to EMM approval)
9.2 Rated D.C. supply voltage 110 V D.C.
9.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption
30W
9.3 Analogue voltage input
9.3.1 Rated voltage, Vn 110
9.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
9.3.3 Burden on overvoltage VA 3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
433
(parameter settable)
Number of channels per module
4
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range
0.05-1.2xUn
9.4 Analogue current input
9.4.1 Rated current, In 1A
9.4.2 Analogue current input ratings
2 x In continuous
100 x In for 1s
9.4.3 Max burden on overcurrent VA
1 per phase
9.4.4 CT requirements Specify (to EMM approval)
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module
4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range
0-50xIn
9.5 Programmable LEDs
9.5.1 Number of LEDs As per scheme design.
9.5.2 Colour of LEDs Specify (to EMM approval)
9.6 Output contacts
9.6.1 Number of output contacts As per scheme design
9.6.2 Contact ratings Specify (to EMM approval)
9.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module
4
Continuous carry 8A
Making capacity 30A (0.5s)
434
Breaking capacity 4A (L/R=40ms, 220Vdc)
9.6.4 Binary Output Module
Rated voltage Un 250Vac/dc
Number of outputs per module
7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module
12 (in groups of 3)
Current drain approx. 2mA per channel
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.7 Opto-isolated inputs
9.7.1 Number of inputs Specify (to EMM approval)
9.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
9.7.3 Voltage limits Specify (to EMM approval)
9.8 Settings
9.8.1 Number of voltage set points
2 or more
9.8.2 Voltage set point 99V to 121V ac step 0.1V
9.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
9.8.4 Over voltage blocking 110V to 125V ac
9.8.5 Under voltage blocking 99V to 121V ac step 0.1V
9.8.6 Initial time delay 0 s to 140s step 1s
9.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
9.8.8 Timing characteristic Definite time and Inverse (selectable)
9.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
9.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
9.9 Communication Ports
435
9.9.1
Front-mounted port for local engineering access.
1
9.9.2 Number of rear communication ports for engineering access
1
9.9.3 Protocol used for engineering access
Specify (to EMM approval)
9.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
9.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
9.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
9.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
9.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
9.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
9.10 Casing & Package
9.10.1 Protection degree (front) IP 54 (with optional cover)
9.10.2 Weight 5kg net
6kg with package
9.10.3 Casing Withdrawable Case
9.11 Environmental Conditions
9.11.1 Specified ambient service temp. range
-10…+55°C
9.11.2 Transport and storage temp. range
-40…+70°C
9.12 Disturbance Tests
9.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
9.12.2 Emission
- Conducted (EN 55011 class A)
0.15 - 30MHz
- Emitted (EN 55011 class A)
30 - 1 000MHz
9.12.3 Immunity
436
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz….80 MHz 10V
9.13 Voltage Tests
9.13.1 Insulation test voltage acc- to IEC 60255-5
2 kV, 50Hz, 1min
9.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
9.14 Mechanical Tests
9.14.1 Vibration test 2 ... 13.2 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
9.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
10. Documentation
Tender documents to besupplied with sufficient detail so that propertechnical and commercialassessments may be done.
Specify (to EMM approval)
Item No.
IEC ANSI Description Offer (Yes/No)
1 3IdT> 87T Transformer differential protection
2 REF 87N Restricted earth fault protection (low impedance)
3 I >>> 50 Three-phase instantaneous overcurrent
437
protection
4 I> I>> 51 Three-phase time overcurrent protection
5
6 I0 >>> 50N Residual instantaneous overcurrent protection
7 I0> I0>> 51N Residual time overcurrent protection
8
9 I2h > 68 Inrush detection and blocking
10 I2 46 Negative sequence overcurrent
11 Iub > 60 Current unbalance protection
12 T > 49 Thermal protection
13 U > 59 Definite time overvoltage protection
14 U >>
15 U < 27 Definite time undervoltage protection
16 U <<
17 U0> U0>>
59N Residual voltage protection
18 f > 81O Overfrequency protection
19 f >>
20 f < 81U Underfrequency protection
21 f <<
22 df/dt 81R Rate of change of frequency protection
23 CBFP 50BF Breaker failure protection
Additional Functions Offered
24
25
26
27
28
11. HV O/C& E/F Back-up Protection relay
11.1 Manufacturer’s type designation
Specify (to EMM approval)
11.2 Rated D.C. supply voltage 110 V D.C.
438
11.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption
30W
11.3 Analogue voltage input
11.3.1 Rated voltage, Vn 110
11.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
11.3.3 Burden on overvoltage VA 3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
(parameter settable)
Number of channels per module
4
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range
0.05-1.2xUn
11.4 Analogue current input
11.4.1 Rated current, In 1A
11.4.2 Analogue current input ratings
2 x In continuous
100 x In for 1s
11.4.3 Max burden on overcurrent VA
1 per phase
11.4.4 CT requirements Specify (to EMM approval)
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module
4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range
0-50xIn
11.5 Programmable LEDs
439
11.5.1 Number of LEDs As per scheme design.
11.5.2 Colour of LEDs Specify (to EMM approval)
11.6 Output contacts
11.6.1 Number of output contacts As per scheme design
11.6.2 Contact ratings Specify (to EMM approval)
11.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module
4
Continuous carry 8A
Making capacity 30A (0.5s)
Breaking capacity 4A (L/R=40ms, 220Vdc)
11.6.4 Binary Output Module
Rated voltage Un 250Vac/dc
Number of outputs per module
7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
11.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module
12 (in groups of 3)
Current drain approx. 2mA per channel
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
11.7 Opto-isolated inputs
11.7.1 Number of inputs Specify (to EMM approval)
11.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
11.7.3 Voltage limits Specify (to EMM approval)
11.8 Settings
11.8.1 Number of voltage set points
2 or more
11.8.2 Voltage set point 99V to 121V ac step 0.1V
11.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
11.8.4 Over voltage blocking 110V to 125V ac
11.8.5 Under voltage blocking 99V to 121V ac
440
step 0.1V
11.8.6 Initial time delay 0 s to 140s step 1s
11.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
11.8.8 Timing characteristic Definite time and Inverse (selectable)
11.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
11.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
11.9 Communication Ports
11.9.1 Front-mounted port for local engineering access.
1
11.9.2 Number of rear communication ports for engineering access
1
11.9.3 Protocol used for engineering access
Specify (to EMM approval)
11.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
11.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
11.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
11.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
11.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
11.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
11.10 Casing & Package
11.11.1 Protection degree (front) IP 54 (with optional cover)
11.11.2 Weight 5kg net
6kg with package
11.11.3 Casing Withdrawable Case
11.11 Environmental Conditions
11.11.1 Specified ambient service -10…+55°C
441
temp. range
11.11.2 Transport and storage temp. range
-40…+70°C
11.12 Disturbance Tests
11.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
11.12.2 Emission
- Conducted (EN 55011 class A)
0.15 - 30MHz
- Emitted (EN 55011 class A)
30 - 1 000MHz
11.12.3 Immunity
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz….80 MHz 10V
11.13 Voltage Tests
11.13.1 Insulation test voltage acc- to IEC 60255-5
2 kV, 50Hz, 1min
11.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
11.14 Mechanical Tests
11.14.1 Vibration test 2 ... 13.2 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
11.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
12. Documentation
442
Tender documents to be supplied with sufficient detail so that proper technical and commercial assessments may be done.
Specify (to EMM approval)
Item No.
Function Name
IEC ANSI Description Offer (Yes/No)
1 Overcurrent Elements - Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurrent Elements - Time
I > I >> 51P Phase
6 I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection - Current Based
f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt 81R Rate of change of Frequency
12 Breaker failure protection
CBFP 50BF
13. LV O/C & E/F Back-up Protection relay
13.1 Manufacturer’s type designation
Specify (to EMM approval)
13.2 Rated D.C. supply voltage 110 V D.C.
13.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption
30W
13.3 Analogue voltage input
13.3.1 Rated voltage, Vn 110
13.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
13.3.3 Burden on overvoltage VA 3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
(parameter settable)
Number of channels per 4
443
module
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range
0.05-1.2xUn
13.4 Analogue current input
13.4.1 Rated current, In 1A
13.4.2 Analogue current input ratings
2 x In continuous
100 x In for 1s
13.4.3 Max burden on overcurrent VA
1 per phase
13.4.4 CT requirements Specify (to EMM approval)
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module
4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range
0-50xIn
13.5 Programmable LEDs
13.5.1 Number of LEDs As per scheme design.
13.5.2 Colour of LEDs Specify (to EMM approval)
13.6 Output contacts
13.6.1 Number of output contacts As per scheme design
13.6.2 Contact ratings Specify (to EMM approval)
13.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module
4
Continuous carry 8A
Making capacity 30A (0.5s)
Breaking capacity 4A (L/R=40ms, 220Vdc)
13.6.4 Binary Output Module
444
Rated voltage Un 250Vac/dc
Number of outputs per module
7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
13.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module
12 (in groups of 3)
Current drain approx. 2mA per channel
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
13.7 Opto-isolated inputs
13.7.1 Number of inputs Specify (to EMM approval)
13.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
13.7.3 Voltage limits Specify (to EMM approval)
13.8 Settings
13.8.1 Number of voltage set points
2 or more
13.8.2 Voltage set point 99V to 121V ac step 0.1V
13.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
13.8.4 Over voltage blocking 110V to 125V ac
13.8.5 Under voltage blocking 99V to 121V ac step 0.1V
13.8.6 Initial time delay 0 s to 140s step 1s
13.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
13.8.8 Timing characteristic Definite time and Inverse (selectable)
13.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
13.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
13.9 Communication Ports
445
13.9.1 Front-mounted port for local engineering access.
1
13.9.2 Number of rear communication ports for engineering access
1
13.9.3 Protocol used for engineering access
Specify (to EMM approval)
13.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
13.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
13.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
13.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
13.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
13.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
13.10 Casing & Package
13.10.1 Protection degree (front) IP 54 (with optional cover)
13.10.2 Weight 5kg net
6kg with package
13.10.3 Casing Withdrawable Case
13.11 Environmental Conditions
13.13.1 Specified ambient service temp. range
-10…+55°C
13.13.2 Transport and storage temp. range
-40…+70°C
13.12 Disturbance Tests
13.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
13.12.2 Emission
- Conducted (EN 55011 class A)
0.15 - 30MHz
- Emitted (EN 55011 class A)
30 - 1 000MHz
446
13.12.3 Immunity
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz….80 MHz 10V
13.13 Voltage Tests
13.13.1 Insulation test voltage acc- to IEC 60255-5
2 kV, 50Hz, 1min
13.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
13.14 Mechanical Tests
13.14.1 Vibration test 2 ... 13.2 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
13.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
14. Documentation
Tender documents to be supplied with sufficient detail so that proper technical and commercial assessments may be done.
Specify (to EMM approval)
Item No.
Function Name
IEC ANSI Description Offer (Yes/No)
1 Overcurrent Elements - Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurr I > I >> 51P Phase
447
6 ent Elements - Time
I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection - Current Based
f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt 81R Rate of change of Frequency
12 Breaker failure protection
CBFP 50BF
448
Annexure D – 33/6.6kV Tap Changer Protection & Control
Technical schedules A and B for Technical requirements for a Distribution transformer on-load tap changer protection and control scheme
Schedule A: Purchaser's specific requirements
Schedule B: Guarantees and technical particulars of equipment offered
Item Description Schedule A Schedule B
1. Module construction
1.1 Drawings On Request
1.2 Minimum thickness of panel
a) face plate mm 3
b) side plates, etc. mm 2
1.3 Mounting and dimensions A 19 inch rack module. Maximum size: 12 U high × 438 mm wide by 240 mm deep. (1 U is defined to be 44.45 mm), excludes back plate. 19 inch rack mounting flanges adjustable
2. Housing finish
2.1 Colour
a) interior and exterior Light grey to SABS 1091, colour code G29, semigloss
2.2 Degree of protection IP51
3. Control and secondary terminals
3.1 Type of mounting DIN Rail
3.2 Manufacturer and type 1. Screw clamp, spring loaded terminal. (to EMM approval) 2. Sliding links including banana test plug sockets (to EMM approval)
4. Control wiring
4.1 Type of termination Crimped lug
4.2 Wiring identification By slip-on ferrule. All wiring done by hand inside and outside module is to be labelled on both ends.
449
5. Indication lamps
5.1 Type and colour code D.C. 110/220V V. Cluster LED type indication. Must be clearly visible in a well lit room. Colour code to EMM approval
6. MCBs
6.1 D.C. MCB
6.1.1 Type DPMCB (to EMM approval)
6.1.2 Manufacturer Specify (to EMM approval)
6.1.3 Specification To comply with IEC 60898 and IEC 60947
6.1.4 Rating 16A
6.2 A.C. MCB
6.2.1 Type DPMCB (to EMM approval)
6.2.2 Manufacturer Specify (to EMM approval)
6.2.3 Specification To comply with IEC 60898and IEC 60947
6.2.4 Rating 10A
6.3 V.T. MCB
6.3.1 Type DPMCB (to EMM approval)
6.3.2 Manufacturer Specify (to EMM approval)
6.3.3 Specification To comply with IEC 60898 and IEC 60947
6.3.4 Rating 2A
7. Complete panel test sheet
7.1 Disturbance Tests Refer to section 2.8 of this document.
7.2 Voltage Tests Refer to section 2.8 of this document.
7.3 Mechanical Tests Refer to section 2.8 of this document.
7.4 Environmental class
7.4.1 Specified Ambient Temp. range °C
–10 to + 55
7.4.2 Transport & Storage Temp. range °C
–40 to + 70
7.4.3 Relative Humidity 5 to 95
8. Power supplies
8.1 Input voltages D.C. 110 V deviation ± 20%
8.2 State quiescent burden, D.C. burden for entire scheme at each supply voltage
Specify (to EMM approval)
8.3 State maximum operating burden Specify (to EMM approval)
450
9. Voltage regulating relay
9.1 Manufacturer’s type designation Specify (to EMM approval)
9.2 Rated D.C. supply voltage 110 V D.C.
9.3 Analogue voltage input
9.3.1 Rated voltage, Vn 110
9.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
9.3.3 Burden on overvoltage VA 3 per phase
9.4 Analogue current input
9.4.1 Rated current, In 1A
9.4.2 Analogue current input ratings 2 x In continuous
100 x In for 1s
9.4.3 Max burden on overcurrent VA 1 per phase
9.4.4 CT requirements Specify (to EMM approval)
9.5 Programmable LEDs
9.5.1 Number of LEDs As per scheme design. Refer to section 6.5 of this document.
9.5.2 Colour of LEDs Specify (to EMM approval)
9.6 Output contacts
9.6.1 Number of output contacts As per scheme design
9.6.2 Contact ratings Specify (to EMM approval)
9.7 Opto-isolated inputs
9.7.1 Number of inputs Specify (to EMM approval)
9.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
9.7.3 Voltage limits Specify (to EMM approval)
9.8 Settings
9.8.1 Number of voltage set points 2 or more
9.8.2 Voltage set point 99V to 121V ac step 0.1V
9.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
9.8.4 Over voltage blocking 110V to 125V ac
9.8.5 Under voltage blocking 99V to 121V ac step 0.1V
9.8.6 Initial time delay 0 s to 140s step 1s
9.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
9.8.8 Timing characteristic Definite time and Inverse (selectable)
9.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
9.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
9.9 Communication Ports
451
9.9.1 Front-mounted port for local engineering access.
1
9.9.2 Number of rear communication ports for engineering access
1
9.9.3 Protocol used for engineering access
Specify (to EMM approval)
9.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
9.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
9.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
9.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
9.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
9.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
10. Documentation
Tender documents to be supplied with sufficient detail so that proper technical and commercial assessments may be done.
Specify (to EMM approval)
452
Annexure E – 33kV Bus Zone Protection
Item No.
IEC ANSI Description Offer
1 3IdB> 87B Busbar differential protection
2 CBFP 50BF Breaker failure protection
Additional Functions Offered
3
4
5
6
7
453
Annexure F – 33kV Bus-Section/Coupler Protection
Item No.Function Name
IEC ANSI DescriptionOffer (Yes/No)
1 I >>> 50P Phase2 I0 >>> 50N Neutral3 I0 >>> 50G Residual4 50Q Negative Sequence5 I > I >> 51P Phase6 I0> I0>> 51N Neutral7 I0> I0>> 51G Residual8 51Q Negative Sequence9 f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt81R
Rate of change of Frequency
12
Breaker failure protection
CBFP 50BF
13
Auto-Reclose Control 0 -> 1
79
14
Directional three-phase overcurrent protection IDir > IDir >>
67
15
Directional residual overcurrent protection I0Dir > I0Dir >> 67N
Overcurrent Elements -
Instantaneous
Overcurrent Elements -
Time
Frequency protection -
Current Based
454
Annexure G– 6.6kV Feeder Protection
Technical schedules A and B for Technical requirements for 6.6kV feeder protection and control scheme
Schedule A: Purchaser's specific requirements
Schedule B: Guarantees and technical particulars of equipment offered
Item Description Schedule A Schedule B
1. Module construction
1.1 Drawings On Request
1.2 Minimum thickness of panel
a) face plate mm 3
b) side plates, etc. mm 2
1.3 Mounting and dimensions
A 19 inch rack module. Maximum size: 12 U high × 438 mm wide by 240 mm deep. (1 U is defined to be 44.45 mm), excludes back plate. 19 inch rack mounting flanges adjustable
2. Housing finish
2.1 Colour
a) interior and exterior Light grey to SABS 1091, colour code G29, semigloss
2.2 Degree of protection IP51
3. Control and secondary terminals
3.1 Type of mounting DIN Rail
3.2 Manufacturer and type 1. Screw clamp, spring loaded terminal. (to EMM approval) 2. Sliding links including banana test plug sockets (to EMM approval)
4. Control wiring
4.1 Type of termination Crimped lug
455
4.2 Wiring identification By slip-on ferrule. All wiring done by hand inside and outside module is to be labelled on both ends.
5. Indication lamps
5.1 Type and colour code D.C. 110/220V. Cluster LED type indication. Must be clearly visible in a well lit room. Colour code to EMM approval
6. MCBs
6.1 D.C. MCB
6.1.1 Type DPMCB (to EMM approval)
6.1.2 Manufacturer Specify (to EMM approval)
6.1.3 Specification To comply with IEC 60898 and IEC 60947
6.1.4 Rating 16A
6.2 A.C. MCB
6.2.1 Type DPMCB (to EMM approval)
6.2.2 Manufacturer Specify (to EMM approval)
6.2.3 Specification To comply with IEC 60898 and IEC 60947
6.2.4 Rating 10A
6.3 V.T. MCB
6.3.1 Type DPMCB (to EMM approval)
6.3.2 Manufacturer Specify (to EMM approval)
6.3.3 Specification To comply with IEC 60898 and IEC 60947
6.3.4 Rating 2A
7. Complete panel test sheet
7.1 Disturbance Tests Refer to section 2.8 of this document.
7.2 Voltage Tests Refer to section 2.8 of this document.
7.3 Mechanical Tests Refer to section 2.8 of this document.
7.4 Environmental class
456
7.4.1 Specified Ambient Temp. range °C
–10 to + 55
7.4.2 Transport & Storage Temp. range °C
–40 to + 70
7.4.3 Relative Humidity 5 to 95
8. Power supplies
8.1 Input voltages D.C. 110 V deviation ± 20%
8.2 State quiescent burden, D.C. burden for entire scheme at each supply voltage
Specify (to EMM approval)
8.3 State maximum operating burden
Specify (to EMM approval)
9. Feeder Protection relay
9.1 Manufacturer’s type designation
Specify (to EMM approval)
9.2 Rated D.C. supply voltage
110 V D.C.
9.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption
30W
9.3 Analogue voltage input
9.3.1 Rated voltage, Vn 110
9.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
9.3.3 Burden on overvoltage VA
3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
(parameter settable)
Number of channels per module
4
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range
0.05-1.2xUn
9.4 Analogue current input
9.4.1 Rated current, In 1A
9.4.2 Analogue current input ratings
2 x In continuous
100 x In for 1s
9.4.3 Max burden on overcurrent VA
1 per phase
9.4.4 CT requirements Specify (to EMM
457
approval)
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module
4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range
0-50xIn
9.5 Programmable LEDs
9.5.1 Number of LEDs As per scheme design.
9.5.2 Colour of LEDs Specify (to EMM approval)
9.6 Output contacts
9.6.1 Number of output contacts
As per scheme design
9.6.2 Contact ratings Specify (to EMM approval)
9.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module
4
Continuous carry 8A
Making capacity 30A (0.5s)
Breaking capacity 4A (L/R=40ms, 220Vdc)
9.6.4 Binary Output Module
Rated voltage Un 250Vac/dc
Number of outputs per module
7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module
12 (in groups of 3)
Current drain approx. 2mA per channel
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.7 Opto-isolated inputs
9.7.1 Number of inputs Specify (to EMM approval)
458
9.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
9.7.3 Voltage limits Specify (to EMM approval)
9.8 Settings
9.8.1 Number of voltage set points
2 or more
9.8.2 Voltage set point 99V to 121V ac step 0.1V
9.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
9.8.4 Over voltage blocking 110V to 125V ac
9.8.5 Under voltage blocking 99V to 121V ac step 0.1V
9.8.6 Initial time delay 0 s to 140s step 1s
9.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
9.8.8 Timing characteristic Definite time and Inverse (selectable)
9.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
9.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
9.9 Communication Ports
9.9.1 Front-mounted port for local engineering access.
1
9.9.2 Number of rear communication ports for engineering access
1
9.9.3 Protocol used for engineering access
Specify (to EMM approval)
9.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
9.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
9.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
9.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
9.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
459
9.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
9.10 Casing & Package
9.10.1 Protection degree (front) IP 54 (with optional cover)
9.10.2 Weight 5kg net
6kg with package
9.10.3 Casing Withdrawable Case
9.11 Environmental Conditions
9.11.1 Specified ambient service temp. range
-10…+55°C
9.11.2 Transport and storage temp. range
-40…+70°C
9.12 Disturbance Tests
9.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
9.12.2 Emission
- Conducted (EN 55011 class A)
0.15 - 30MHz
- Emitted (EN 55011 class A)
30 - 1 000MHz
9.12.3 Immunity
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz….80 MHz 10V
9.13 Voltage Tests
9.13.1 Insulation test voltage acc- to IEC 60255-5
2 kV, 50Hz, 1min
9.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
9.14 Mechanical Tests
9.14.1 Vibration test 2 ... 13.2 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
460
9.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
10. Documentation
Tender documents to besupplied with sufficient detail so that propertechnical and commercialassessments may be done.
Specify (to EMM approval)
Item No.
Function Name
IEC ANSI Description Offer (Yes/No)
1 Overcurrent Elements - Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurrent Elements - Time
I > I >> 51P Phase
6 I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection - Current Based
f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt 81R Rate of change of Frequency
12 Breaker failure protection
CBFP 50BF
13 Auto-Reclose Control
0 -> 1 79
461
Annexure I – 6.6kV Customer Feeder Protection
Technical schedules A and B for Technical requirements for 6.6kV Customer Feeder protection and control scheme
Schedule A: Purchaser's specific requirements
Schedule B: Guarantees and technical particulars of equipment offered
Item Description Schedule A Schedule B
1. Module construction
1.1 Drawings On Request
1.2 Minimum thickness of panel
a) face plate mm 3
b) side plates, etc. mm 2
1.3 Mounting and dimensions
A 19 inch rack module. Maximum size: 12 U high × 438 mm wide by 240 mm deep. (1 U is defined to be 44.45 mm), excludes back plate. 19 inch rack mounting flanges adjustable
2. Housing finish
2.1 Colour
a) interior and exterior Light grey to SABS 1091, colour code G29, semigloss
2.2 Degree of protection IP51
3. Control and secondary terminals
3.1 Type of mounting DIN Rail
3.2 Manufacturer and type 1. Screw clamp, spring loaded terminal. (to EMM approval) 2. Sliding links including banana test plug sockets (to EMM approval)
4. Control wiring
4.1 Type of termination Crimped lug
462
4.2 Wiring identification By slip-on ferrule. All wiring done by hand inside and outside module is to be labelled on both ends.
5. Indication lamps
5.1 Type and colour code D.C. 110/220V. Cluster LED type indication. Must be clearly visible in a well lit room. Colour code to EMM approval
6. MCBs
6.1 D.C. MCB
6.1.1 Type DPMCB (to EMM approval)
6.1.2 Manufacturer Specify (to EMM approval)
6.1.3 Specification To comply with IEC 60898 and IEC 60947
6.1.4 Rating 16A
6.2 A.C. MCB
6.2.1 Type DPMCB (to EMM approval)
6.2.2 Manufacturer Specify (to EMM approval)
6.2.3 Specification To comply with IEC 60898 and IEC 60947
6.2.4 Rating 10A
6.3 V.T. MCB
6.3.1 Type DPMCB (to EMM approval)
6.3.2 Manufacturer Specify (to EMM approval)
6.3.3 Specification To comply with IEC 60898 and IEC 60947
6.3.4 Rating 2A
7. Complete panel test sheet
7.1 Disturbance Tests Refer to section 2.8 of this document.
7.2 Voltage Tests Refer to section 2.8 of this document.
7.3 Mechanical Tests Refer to section 2.8 of this document.
7.4 Environmental class
7.4.1 Specified Ambient Temp. range °C
–10 to + 55
463
7.4.2 Transport & Storage Temp. range °C
–40 to + 70
7.4.3 Relative Humidity 5 to 95
8. Power supplies
8.1 Input voltages D.C. 110 V deviation ± 20%
8.2 State quiescent burden, D.C. burden for entire scheme at each supply voltage
Specify (to EMM approval)
8.3 State maximum operating burden
Specify (to EMM approval)
9. 6.6kV Customer Feeder Protection relay
9.1 Manufacturer’s type designation
Specify (to EMM approval)
9.2 Rated D.C. supply voltage
110 V D.C.
9.2.1 Power Supply Module
Rated voltage 80-300Vac/dc
Maximum interruption 100ms
Maximum power consumption
30W
9.3 Analogue voltage input
9.3.1 Rated voltage, Vn 110
9.3.2 Overvoltage capability 1.2 x Vn continuous
1.7 x Vn for 3s
9.3.3 Burden on overvoltage VA
3 per phase
Voltage Measurement Module
Rated voltage Un 100/√3, 100V, 200/√3, 200V
(parameter settable)
Number of channels per module
4
Rated frequency 50Hz
Burden <1VA at 200V
Voltage withstand 250V (continuous)
Voltage measurement range
0.05-1.2xUn
9.4 Analogue current input
9.4.1 Rated current, In 1A
9.4.2 Analogue current input ratings
2 x In continuous
100 x In for 1s
9.4.3 Max burden on overcurrent VA
1 per phase
9.4.4 CT requirements Specify (to EMM approval)
464
Current Measurement Module
Nominal current 1/5A (parameter settable)
0.2A (ordering option)
Number of channels per module
4
Rated frequency 50Hz
Burden <0.1VA at rated current
Thermal withstand 20A (continuous)
500A (for 1s)
1200A (for 10ms)
Current measurement range
0-50xIn
9.5 Programmable LEDs
9.5.1 Number of LEDs As per scheme design.
9.5.2 Colour of LEDs Specify (to EMM approval)
9.6 Output contacts
9.6.1 Number of output contacts
As per scheme design
9.6.2 Contact ratings Specify (to EMM approval)
9.6.3 High Speed Trip Module
Rated voltage Un 110/220Vdc
Number of outputs per module
4
Continuous carry 8A
Making capacity 30A (0.5s)
Breaking capacity 4A (L/R=40ms, 220Vdc)
9.6.4 Binary Output Module
Rated voltage Un 250Vac/dc
Number of outputs per module
7 (NO) + 1(NC)
Continuous carry 8A
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.6.5 Binary Input Module
Rated voltage Un 110 or 220Vdc (ordering option)
Number of inputs per module
12 (in groups of 3)
Current drain approx. 2mA per channel
Breaking capacity 0.2A (L/R=40ms, 220Vdc)
9.7 Opto-isolated inputs
9.7.1 Number of inputs Specify (to EMM approval)
9.7.2 Rated D.C. supply voltage (to be stated)
110 V D.C.
9.7.3 Voltage limits Specify (to EMM
465
approval)
9.8 Settings
9.8.1 Number of voltage set points
2 or more
9.8.2 Voltage set point 99V to 121V ac step 0.1V
9.8.3 Bandwidth ± 1 to 4% of voltage set point step 0.1V
9.8.4 Over voltage blocking 110V to 125V ac
9.8.5 Under voltage blocking 99V to 121V ac step 0.1V
9.8.6 Initial time delay 0 s to 140s step 1s
9.8.7 Inter-tap time delay 0 s to 30s step 1s (or same as initial time delay)
9.8.8 Timing characteristic Definite time and Inverse (selectable)
9.8.9 Motor running timer (pick-up delay)
1 s to 40 s step 1s
9.8.10 Motor running timer (drop off delay)
0.1 s to 9.9 s step 0.1s
9.9 Communication Ports
9.9.1 Front-mounted port for local engineering access.
1
9.9.2 Number of rear communication ports for engineering access
1
9.9.3 Protocol used for engineering access
Specify (to EMM approval)
9.9.4 Number of Rear EIA-485 port for Serial Comms to SCADA
2
9.9.5 Number of Rear RJ45 port for Ethernet Comms to SCADA
1
9.9.6 Specify other ports for Comms to SCADA
Refer to Design Document - SCADA section
9.9.7 Specify other protocols for Comms to SCADA
Refer to Design Document - SCADA section
9.9.8 DNP3 Level 2 Protocol implementation level on EIA-485 port.
Yes
9.9.9 IEC61850 Protocol implementation level on RJ45 port.
Yes
9.10 Casing & Package
466
9.10.1 Protection degree (front) IP 54 (with optional cover)
9.10.2 Weight 5kg net
6kg with package
9.10.3 Casing Withdrawable Case
9.11 Environmental Conditions
9.11.1 Specified ambient service temp. range
-10…+55°C
9.11.2 Transport and storage temp. range
-40…+70°C
9.12 Disturbance Tests
9.12.1 EMC test CE approved and tested according to EN 50081-2, EN 50082-2
9.12.2 Emission
- Conducted (EN 55011 class A)
0.15 - 30MHz
- Emitted (EN 55011 class A)
30 - 1 000MHz
9.12.3 Immunity
- Static discharge (ESD) (According to IEC244-22-2 and EN61000-4-2, class III)
Air discharge 8kV Contact discharge 6kV
- Fast transients (EFT) (According to EN61000-4-4, class III and IEC801-4, level 4)
Power supply input 4kV, 5/50ns
other inputs and outputs 4kV, 5/50ns
- Surge (According to EN61000-4-5 [09/96], level 4)
Between wires 2 kV / 1.2/50µs
Between wire and earth 4 kV / 1.2/50µs
- RF electromagnetic field test (According. to EN 61000-4-3, class III)
f = 80….1000 MHz 10V /m
- Conducted RF field (According. to EN 61000-4-6, class III)
f = 150 kHz….80 MHz 10V
9.13 Voltage Tests
9.13.1 Insulation test voltage acc- to IEC 60255-5
2 kV, 50Hz, 1min
9.13.2 Impulse test voltage acc- to IEC 60255-5
5 kV, 1.2/50us, 0.5J
9.14 Mechanical Tests
9.14.1 Vibration test 2 ... 13.2 Hz ±3.5mm
13.2 ... 100Hz, ±1.0g
9.14.2 Shock/Bump test acc. to IEC 60255-2015-02-21
20g, 1000 bumps/dir.
10. Documentation
467
Tender documents to besupplied with sufficient detail so that propertechnical and commercialassessments may be done.
Specify (to EMM approval)
Item No.
Function IEC ANSI Description
1 Overcurrent Elements - Instantaneous
I >>> 50P Phase
2 I0 >>> 50N Neutral/Earth
3 I0 >>> 50G Residual
4 50Q Negative Sequence
5 Overcurrent Elements - Time Delay/Inverse Time
I > I >> 51P Phase
6 I0> I0>> 51N Neutral
7 I0> I0>> 51G Residual
8 51Q Negative Sequence
9 Frequency protection - Current Based
f > f >> 81O Overfrequency
10 f < f << 81U Underfrequency
11 df/dt 81R Rate of change of Frequency
12 Breaker failure protection
CBFP 50BF
13 Auto-Reclose Control
0 -> 1 79
14 Synchronism- Check Function
25
15 Voltage Function - Definite Time
U > U >> 59 Overvoltage
16 U < U << 27 Undervoltage
17 Current Unbalance Protection
Iub > 46 Negative Sequence/Broken Conductor
18 Directional Overpower
32
19 Pole Disagreement Protection Function
52PD
20 Fuse Failure Function
60
21 Directional overcurrent protection - Definite Time/ Inverse Time
IDir > IDir>> 67 Phase
22 I0Dir > I0Dir >> 67N Residual
23 67NIE Intermitant Earth Fault
24 Power Swing Function
68
468
25 Earth Function Aided
85
26 Line Differential Protection Function
87L
469
Annexure J – SCADA, Telecontrol & Telecommunication SCADA Specification
DATA SHEETS AND SCHEDULE OF QUANTITIES
1.1. DATA SHEETS
No tender for any equipment will be accepted unless the schedules have been completed where applicable. Delivery dates must be considered to determine the completion period of the contract.
Missing information must be provided for the specified equipment offered or for any alternative which the Tenderer might like to offer. When an alternative is offered the comparative prices must be given but, only the cost of the specified items must be transferred to the schedule of quantities.
1. SUPERVISORY CONTROL SYSTEM
ITEM DESCRIPTION UNIT SPECIFIED TENDERER'S
GUARANTEE
NO.
1.1 Gateway Equipment
a) Manufacturer
b) Type
c) Power Supply Arrangement Dual Redundant
d) Auxiliary Power Voltage V 110 DC
e) Auxiliary Power Consumption W
1.2 Master SCADA Interface
a) Number of Channels 2
b) Channel A Protocol IEC60870-5- 101
c) Channel A Hardware Interface Type
d) Channel A Communication Speed
e) Channel B Protocol IEC60870-5- 104
f) Channel B Hardware Interface Type
g) Channel B Communication Speed
h) Other Channels Protocol
i) Other Channels Hardware Interface Type
j) Other Channel Communication Speed
470
Section 2: SCADA Specification 1.3 SIED/RTU Interface
a) Protocol IEC 61850, IEC 60870-5- 103 or DNP3
b) Hardware Interface Type
c) Communication Speed
1.4 Protection/Control IED Interface
a) Protocol IEC 61850
b) Hardware Interface Type
c) Communication Speed 1.5 MEAP Interface
a) Protocol
b) Hardware Interface Type
c) Communication Speed 1.6 SIED/RTU Equipment
a) Manufacturer
b) Type
c) Power Supply Arrangement Dual Redundant
d) Auxiliary Power Voltage V 110 DC
e) Auxiliary Power Consumption W
f) Analogue signals inputs type 4-20mA
g) Number of Analogue signals 4
h) Status signals input type 110V DC
i) Number of Status signals 16
j) Control signals output type 110 V DC Single pole
k) Number of Control signals 4 1.7 S-LAN Equipment
a) Manufacturer
b) Type
c) Power Supply Arrangement Dual Redundant
d) Auxiliary Power Voltage V 110 DC
e) Auxiliary Power Consumption W
f) Number of Communication Ports
g) Protocol
h) Hardware Interface Type
i) Communication Speed
1.8 Power Supply
471
SCADA Specification
a) Power Supply Arrangement Dual Redundant 110V DC, direct input
b) Additional Power Converters None
c) Total Consumption of W Gateway, SIED, LAN and other SCADA interface Equipment
1.9 DELIVERY PERIOD 1.10 ADDITIONAL INFORMATION:
472
ANNEXURES
ANNEXURE 3: SCADA POINT DATABASE FIELD DESCRIPTORS. Field Name Chrs Information Content Valid Entries
STP 2 Applicable to hard-wired functions - Terminal A, B, C, etc. strip designation in SCADA cubicle
C_POS 2 Applicable to hard-wired functions - Position 1, 2, 3, etc. of cable on terminal strip
CABLE 4 Applicable to hard-wired functions - Cable 8901, 9905, etc. Number assigned as per cable numbering convention
CT_N 2 Applicable to hard-wired functions - Cable 1, 2, 3, etc. terminal number within cable = cable core number
PFUNCTION 36 Function description or signal name, as Manufacturer specific – example defined by IED manufacturer. 1242 – O/C Stage 1
T_TAG 1 Denotes whether signal should be time Y or blank tagged
BAY 2 Bay number of the device within a 1, 2, 3, etc. obtained from station line switchboard or yard diagram
DEVICE 33 Device to which signal belongs. Circuit breaker, Transformer, Isolator, etc
DEV_CD 5 Code identifying device, as per code of Example -1L5. Device codes are practice and switch marking obtained from the station single line diagram
CLASS 4 Class of function, i.e. digital input, control, DINP, CNTL, MSRD, CCOM, IND+, analogue, control common or indication IND- supply commons
TYPE 1 Type of signal, i.e. single, double, tap or S, D, T, C counter
MODULE 8 IED Address to which the device and related Usually a number range starting from functions are connected 1
SC_FTOR 4 The IEDs full scale value for analogues that The plant full scale value of the will be reported to the RTU. analog, real or engineering values
POINT_NO 4 Point number allocated to the signal within Point numbers starting from 1 for the IED’s database each CLASS.
SET_NO 2 Applies to double indications and controls, First of group=0, second=1. By indicating which is the first point of the convention, trip/open is always 0 double group (First) and close second (1): off (0), on (1) etc.
SFUNCTION 36 The standardized function descriptors used Any entry found in master database by City Power to define functions in its RTUs FUNC_DEV.DBF and the Master station.
WIRE_N 5 Plant wire number, which is also used as the The ‘X’ numbers shown in the function's index number generic points list. (Any entry found in master database FUNC_DEV.DBF)
473
Part B Annexure 4 ANNEXURE 5: GENERAL SCADA SPECIFICATIONS AND REQUIREMENTS
Minimum SCADA Functions required TIME TRANSFORMERS BUS SECTIONS AND
SCADA FUNCTIONALITY TAG INCOMERS FEEDERS COUPLERS
CONTROLS (DIGITAL OUTPUTS)
BREAKER OPEN Required Required Required BREAKER CLOSE Required Required Required
STATUS AND ALARMS (DIGITAL INPUTS) BREAKER OPEN Required Required Required Required BREAKER CLOSED Required Required Required Required BEAKER RACKED IN Required Required Required BREAKER RACKED OUT Required Required Required EARTH SWITCH OPEN Required Required EARTH SWITCH CLOSED Required Required BREAKER SELECTED TO LOCAL (OFF SUPERVISORY) Required Required Required BREAKER SELECTED TO MANUAL (OFF AUTO) Required Required Required BREAKER SPRING DISCHARGED Required OVERCURRENT OPERATED Required Required Required Required HIGH SET OVER CURRENT OPERATED Required Required EARTH FAULT OPERATED Required Required DIFFERENTIAL PROTECTION OPERATED Required Required INTER TRIP RECEIVED Required Required If equipped INTER TRIP SENT Required Required If equipped BREAKER FAIL Required Required Required BUSBAR / BREAKER FAIL PROTECTION TRIP Required Required Required Required CLOSING DISABLED Required Required Required SF6 PRESSURE LOW If equipped If equipped If equipped
474
TIME TRANSFORMERS BUS SECTIONS AND SCADA FUNCTIONALITY TAG INCOMERS FEEDERS COUPLERS SF6 LOCKOUT OPERATED If equipped If equipped If equipped TRIP CIRCUIT FAULTY Required Required Required MCB TRIP Required Required Required PHASE DISCREPANCY (PHASE VOLTAGE LOSS) Required Required
STATUS AND ALARMS (DIGITAL INPUTS, GENERATED)
MAIN PROTECTION OPERATED Required Refer to logical truth Refer to logical truth Refer to logical truth
table in Annexure 5 table in Annexure 5 table in Annexure 5 BACKUP PROTECTION OPERATED Required Refer to logical truth Refer to logical truth Refer to logical truth
table in Annexure 5 table in Annexure 5 table in Annexure 5
MEASURANDS (ANALOGS) IA MAGNITUDE Required Required Required IB MAGNITUDE Required Required Required IC MAGNITUDE Required Required Required VA MAGNITUDE Required FREQUENCY Required MW Required Required MVA Required Required MVAR Required Required POWER FACTOR Optional Optional
475
Part B Annexure 6 ANNEXURE 6: SCADA HARDWIRED FUNCTIONS
SCADA FUNCTION SOURCE REQUIRED
CIRCUIT BREAKER OPEN ALL 33 KV BREAKERS YES
CIRCUIT BREAKER CLOSED ALL 33 KV BREAKERS YES
110 V CHARGER FAIL 110V BATTERY CHARGER YES
110V BATTERY VOLTAGE LOW (FROM BATTERY 110V BATTERY VOLTAGE LOW CHARGERS) YES
CABLE OIL PRESSURE ALARM OIL PRESSURE SENSORS, IN HV YARD YES
FIRE ALARM FIRE ALARM YES
FIBRE URGENT ALARM FIBRE OPTIC SYSTEM YES
FIBRE NON URGENT ALARM FIBRE OPTIC SYSTEM YES
PROTECTION URGENT (PROTECTION YES – 2 Dry RELAY FAILURE) HARDWIRED FROM EACH IED / BAY contacts
INTRUDER ALARM INTRUDER ALARM SYSTEM N/A
STATION FAILURE (FROM CHANGE CHANGE OVER PANEL OR LOCAL DISTRIBUTION OVER PANEL) BOARD YES
GENERAL ALARM (PROTECTION YES – 2 Dry OPERATED) HARDWIRED (BUS-WIRE) EACH BAY CONNECTED contacts
476
Part B Annexure 7 ANNEXURE 7: SCADA LOGICAL TRUTH TABLE FOR DEFINING GENERATED (GROUPED) PROTECTION ALARMS
REAL DIGITAL INPUT GENERATED DIGITAL INPUTS
MAIN PROTECTION BACKUP PROTECTION OPERATED OPERATED
INTER TRIP RECEIVED Yes
HIGH SET OVER CURRENT Yes OPERATED
EARTH FAULT OPERATED Yes
SENSITIVE EARTH FAULT Yes OPERATED
OVERCURRENT OPERATED Yes
BREAKER FAIL Yes
DIFFERENTIAL PROTECTION Yes OPERATED
477
Part B Annexure 8 ANNEXURE 8: SCADA INTERFACE COMPLIANCE SCHEDULE
ITEM DESCRIPTION SCHEDULE A SCHEDULE B
Main RTU offer - Specifications Communication system between Ethernet gateway and IEDs Communication cabling and Included in equipment required to configure offer gateway Protocol between gateway and IEC61850 IED devices Gateway to IED data Direct, no communication path protocol conversion to IEDs 132Kv and 88 kV breaker status Yes indications on hard-wired basis Hard-wired IED fail indications, One from each wired to gateway or S-IED busbar IED SCADA function filtering Configurable to capability only data required by SCADA Independent, bus-wired general One from each alarm contacts, triggered by busbar protection operation. Trip and close controls, single Required addressing with trip / close selection embedded Generic Requirements
Communication system between RS 232 or Bell Integrated system and SCADA 202 Modem Master station Protocol between Integrated IEC 60870-5- system and SCADA Master 101 & IEC station 60870-5-104 Provision for hard-wired status and alarm indications from auxiliary equipment: Digital output (Controls) 16 output Analogue inputs – 0 to 20mA 32 inputs Digital inputs 64 inputs Housing for Integrated protection Independent and control system SCADA steel cabinet components Capability to match IED protocol Required profiles to existing SCADA Master Station SCADA function filtering capability Required between Integrated system and existing Master Station. Integrated system power supply DC supply, no scheme dependence on UPS units
478
Part B Annexure 8
ITEM DESCRIPTION SCHEDULE A SCHEDULE B Protocol support of quality flags Required and time tagging
Communication channels to 2 channels, Master station redundant communication Breaker and isolator status Double bit via indications to Master Station IED
Overall response time from 5 seconds control execution to receipt of maximum. device status change at Master station SCADA Gateway Cubicle, Rear Required and Front access. Front access Front and Rear “19” inch swing frame access Gateway/Protection IED’s As per Architecture diagram should form proposed a part of tender documents. Engineering solution, not a vendor generic diagram
HARDWIRED ALARMS
Battery Charger Alarm Intruder Alarm Required General Alarm Gateway/RTU configuration tools Included in and software licences offer
Gateway/RTU architecture diagram based on offered Required solution. Not generic diagram.
Appendix 1 – Ekurhuleni Metropolitan Municipality Protection Relay Specification
(PLEASE NOTE THIS SERVES AS A REFERENCE DOCUMENT TO THE GENERAL SPECIFICATION FROM
WHERE THE RELAVENT ITEM SPECIFICATION SHALL BE SELECTED)
1. SCOPE OF CONTRACT
1.1. PROTECTION RELAYS
The relays shall serve as replacement units where refurbishment is required, replacement of faulty relays and installation of new switchgear and control panels.
EMM shall free issue the relays to the suppliers of metal-clad switchgear that is on the EMM annual contract. The supplier of the relays shall supply the relays directly to the supplier of the switchgear, on instruction of the EMM personnel in the form of an official order. The supplier of the relays shall deliver the relays to the switchgear supplier, on condition the delivery address is in the Ekurhuleni boundary. If the delivery address is not in the EMM boundary, the switchgear supplier will collect the relays from either EMM premises or the premises of the relay supplier.
The supplier of the relays shall make the relays available within the delivery period quoted, starting from the date the order has been received.
1.2. DESIGN OF RELAYS
The relays shall be numerical relays and perform extensive and continuous self-checking of hardware and software. A subsequent relay fault shall be indicated clearly on the face of the relay and the condition signalled immediately via an output contact.
The withdrawable type relays shall have automatic shorting facility for the AC current circuits when being withdrawn.
The modular type (non withdrawable) relays shall have modules/circuit boards that are withdrawable without it being necessary to disconnect the circuit termination or having to remove the case and disconnect the wiring from the relay.
The AC current circuits shall be, in all cases, fixed (non modular), and the connections to the relay shall be made on fixed terminals and not be disconnected by means of terminal plugs or plug in type lugs (e.g. Spade type lugs).
Plug type connections will only be allowed for the termination of the inputs and outputs that are not related to the AC current circuits. The plugs be fastened to the relay with screws to secure the plug, ensuring it cannot be pulled out accidently. Fixed type termination is however preferred in all connections.
Fixed type termination shall be done with ring-type lugs and where this is not possible, flat hook type lugs.
Due regard shall be given to electromagnetic compatibility and immunity to interference and all the relevant IEC standards shall be met.
The relays shall date and time tag all event, fault and disturbance recordings.
1.3. DISPLAY
All relays shall display, on a label, inter alia the following information:
a. The relay type info e.g. “Over Current and Earth Fault” or the relay model
code that reflex this. b. Serial number. c. Rated auxiliary voltage. d. Rated current. e. Rated frequency.
In addition a relay healthy LED indication shall be displayed on the front of the relay and shall be visible without having to remove the cover.
The relays shall have a liquid crystal display (LCD), with backlight, for customer interface. The LCD shall display, inter alia, the following by scrolling through the menu:
a. Time and date. b. Instantaneous currents and/or voltages. c. Fault records – date and time stamped. d. Recent fault with time and date and all the applicable current values. e. Alarms raised f. Settings g. Relay Configuration h. The default display shall be user selectable and be able to include the
abovementioned.
In the event of a fault, the most recent fault record will become the default display. The display must indicate the date, time and fault current values.
The display of information shall be configurable to display type operations in user-defined language (not IEC or IEEE codes).
1.4. COMMUNICATION AND SOFTWARE
The different type relays offered shall communicate from one software program, allowing the technicians to program and download all relay offered from the software.
The software shall be supplied free of charge, and operate on Windows with minimum requirement of Windows 7. The software shall run from the hard drive and not from the CD only.
Three sets of CD’s, containing the software, and hardware for communication shall be supplied, by the successful bidder/s, to the CCC when the first order for that CCC is placed (if all CCC have received the CD’s and equipment, 27 sets of CD’s and hardware for communication would have been issued). If a CCC has relays installed in the network, prior to this contract, that CCC may request the CD’s and communication equipment before placing the first order.
Communication shall be: a. RS485 via copper cable for IED and SCADA. b. Single mode at 1300 nm for fibre cable protection between substations. c. via a USB port from the front of the relay for programming and
downloading of information via a computer. d. via Ethernet network for 61850.
The relay shall have navigation keys on the relay face allowing for interrogation and setting changes to be done.
Communication protocol shall be DNP 3 for the offer on pricing schedule A. An alternative offer, for IEC 61850, may be made on pricing schedule B.
Self powered relays must be powered from the laptop when the relay is connected to the laptop. Communication with a laptop must be from a USB port. If a USB converter or other equipment is required, this must be included in the price and proven to communicate with the software and shall be part of the free issued hardware as mentioned above.
Any software protocols programming code, etc. shall become the property of Ekurhuleni Metropolitan Municipality.
1.5. DOCUMENTATION
The supplier shall draw up a questionnaire, containing all scenarios and information required to enable the supplier to deliver the correct equipment for the application. This information shall include, inter alia, the supply voltage, input current, the number of I/O etc. The questionnaire shall be completed by the EMM personnel requiring the equipment, and submitted to the supplier when the order is placed. The questionnaire shall be attached to the order, and both parties shall place the documents in safekeeping for future reference. The responsibility will remain that of the supplier to ensure the correct relays are supplied.
The supplier shall draw up and maintain an Excel spreadsheet, reflecting all the relays purchased in the period of this contract. The spreadsheet shall be updated and supplied to EMM with every delivery made or when requested. The spreadsheet shall reflect, inter alia, the date of delivery, CCC that placed the order, relay type, model and serial no.
Three sets of documentation, in hardcopy, shall be supplied to the Corporate office and the CCC when the first order for that CCC is placed (if all CCC have received the documentation, 28 sets would have been issued). In addition, the documentation shall be supplied, in electronic format. If relays from the same supplier have been installed in a Customer Care Centre’s (CCC’s) network, prior to this contract, that CCC may request the documentation before placing the first order.
The documentation shall include the following:
Installation and Operating Manuals a. Test Certificate b. Technical Sheets and Brochure
Technical Sheet and Brochure shall also accompany the bid to confirm the equipment offered complies with the specification. The bidder shall clearly indicate what model in the brochure has been offered for each item of the pricing schedule. The brochure shall clearly indicate all aspects mentioned in this specification to confirm compliance. Non adherence to this requirement shall automatically disqualify the bidder.
1.6. STANDARDS
The Protection Relays shall comply with the following standards where applicable:
IEC 60068-2-1, 60068-2-2, 60068-2-3, 60255-0-2, 60255-5, 60255-11, 60255-21-1, 60255-21-1, 60255-21-2, 60255-21-3, 60255-22-1, 60255-22-2, 60255-22-3, 60255-22-4, 60255-22-5, 60255-22-6, 60255-25, 60801-2, 60801-4,
The protection relays shall follow the standard IEC 60255 protection operation curves where:
Time (t) = TM x K
(I/Is)ª - 1
IEC selectable curve characteristics shall include the following:
a. Normal/Standard Inverse b. Very Inverse c. Extremely Inverse d. Short Time Inverse e. Long Time Inverse
I fault current
Is current setting
TM time multiplier
NI K = 0.14 ª = 0.02
VI K = 13.5 ª = 1.0
EI K = 80.0 ª = 2.0
STI K = 120.0 ª = 1.0
LTI
1.7. PROTECTION RELAY GUARANTEE AND WARRANTY.
All protection relays and equipment supplied shall be subjected to a 1 year guarantee period from date of delivery and be supported with regards to technical aspects, spares and repairs for at least 10 years from the date of delivery.
If the relays are not supplied by the original manufacturer, or the manufacturer’s agent, the bidder needs to attach a letter, from the original manufacturer or original manufacturer’s agent, confirming that the above conditions shall be valid even if the support is requested directly from the original manufacturer or original manufacturer’s agent by EMM. The manufacturer’s agent shall be based in South Africa.
1.8. TRAINING
Training shall be provided, individually, to each of the nine CCC’s of the EMM, if so requested. The training shall be free of charge and be applicable to each relay type. Training shall be done at the onset of the contract.
Training content shall cover inter alia the following: a. Functionality b. Ratings c. Settings d. Maintenance e. Installation and testing of the relay. f. Understanding 61850 and the application in the relay for both protection
and SCADA. g. Software and hardware to communicate to the relay to utilize the full
capabilities of the relay and software.
2. GENERAL
Note that different schedules and/or groups may not necessarily be awarded to only one supplier or the cheapest supplier. Compliance to technical specifications will be considered. Preference shall be given to a range of relays, over several groups, operating from the
same software. All Items of a specific Group, as set out in the pricing schedule, shall be awarded to the same supplier.
3. PRICING
The pricing for the supply of - and installation of protection relays will consist of four sections (Schedule A, B, C and D). Schedule A, B and C shall be based on the functionality, communication requirements and complexity regarding protection system design and programmability. Schedule D shall allow for the installation and commissioning of the relays mainly in existing switchboards. Pricing for the installation of relays shall be itemised as for the supply section in this tender. Section D, in its totality, shall be awarded to one contractor. 3.1. SCHEDULE A
These relays shall mainly be used for retrofitting where less sophisticated relays are required. The relays shall generally be used where upgrading of switchboards or protection systems are being done. In these cases, sophisticated SCADA and protection communication is not required but SCADA communication is not excluded. The protection relays shall be withdrawable or modular type relays, and shall be suitable for operation on 24 V or 110 V to 240 V battery supplies and 1 A ac and 5 A ac input currents allowing for EMM to have only two items in stock. If 30 V relays are required it will be stated when orders are placed. The selection for 1 A or 5 A shall be done via the software.
3.1.1. RELAY MEASURING INPUTS AND OUTPUTS
All measuring inputs shall be of the opto-isolated coupler type and be designed to withstand the impulse tests as specified in IEC 255-5. The input voltage required shall be the same as the rated auxiliary voltage The nominal voltage transformer input is 110 Vac. The nominal current transformer input is 1 A ac and 5 A ac (Dual rated). The burden of each voltage input shall not exceed 1 VA at nominal input voltage. The burden of each current input shall not exceed 1 VA at nominal input current. The maximum auxiliary supply burden (Standing load) shall not exceed 12 W. Every digital input and output contact shall be able to be freely incorporated into the user configurable programmable logic. The output relays shall be potential free. The inputs and outputs shall be rated the same as the auxiliary supply of the relay.
3.1.2. PROGRAMMABLE LOGIC
The relay shall not require the EMM technical personnel to configure the relay or set-up the basic functions, as stipulated in this specification, using programmable logic, or be able to access the programmable logic that determine these functions. The EMM personnel will only be required to configure, inter alia, the following functions:
a. Relay protection functions b. Relay protection settings c. Function of the LED indication d. Relay input and output function e. User defined display designations/notation
The relay shall preferably include a user matrix to configure the relay as mentioned above, and user programmable logic permitting custom creation of functions with inputs, outputs, and time delay if so required.
3.2. SCHEDULE B
These relays shall be used mainly for new installations where relays that are more sophisticated are required. The relays will generally be used where new substation are being built or where new switchboards and/or new protection systems are being installed. In these cases sophisticated SCADA and protection communication can be done via IEC 61850. The protection relays shall be withdrawable, modular or fixed type relays, and shall be suitable for operation on 24 V or 110 V or 240 V battery supplies and 1 A ac and/or 5 A ac (not dual) input currents. The voltage and current requirement shall be stated when orders are placed. The selection for 1 A or 5 A shall be done via the software.
3.2.1. RELAY MEASURING INPUTS AND OUTPUTS
All measuring inputs shall be of the opto-isolated coupler type and be designed to withstand the impulse tests as specified in IEC 255-5. The input voltage required shall be the same as the rated auxiliary voltage The nominal voltage transformer input is 110 Vac. The nominal current transformer input is 1 Aac or 5 Aac. The burden of each voltage input shall not exceed 1 VA at nominal input voltage. The burden of each current input shall not exceed 1 VA at nominal input current. The maximum auxiliary supply burden (Standing load) shall not exceed 30 W. Every digital input and output contact shall be able to be freely incorporated into the user configurable programmable logic. The output relays shall be potential free. The inputs and outputs shall be rated the same as the auxiliary supply of the relay.
3.2.2. PROGRAMMABLE LOGIC
The relay shall include a user programmable logic, permitting custom creation of functions with inputs, outputs, and time delay.
If programmable logic is required to configure the relay, the supplier shall be responsible to set up template schemes for all types of relays supplied that will include all functionality as required by EMM. This shall be done at the onset of the contract in conjunction with EMM personnel.
3.3. SCHEDULE C The units shall be of the mechanical type relays and be withdrawable. The relays shall be flush mount type. These relays shall mainly be used for retrofitting where less sophisticated relays are required. The relays shall generally be used where upgrading of switchboards or protection systems are being done.
3.4. SCHEDULE D
3.4.1. REQUIREMENTS
The installation of the protection relays shall include the installation of commonly used relay types and of all major suppliers, including the relays supplied on this contract. The successful contractor for this section must have the required equipment to do the test work. Instrumentation shall be of the modern type that can supply printouts of the results. Manually acquired results shall not be accepted. The contractor shall supply the following with the offer:
a. The type equipment that shall be used with calibration certificates. b. Examples of test results and the format it will be supplied in. c. List of references, with contact details, where projects have been
done. If the details are such that the reference person cannot be contacted, such a reference shall be deemed as not valid.
The installation shall inter alia include the following:
a. Collection of the relays, settings and schematics from the relevant
depot. b. Preparation of the update of the Protection Schematics, including
the equipment layout schematic of the relevant panel, according to the requirements of the EMM representative/Engineer.
c. The preparation of the configuration of the relay according to the EMM requirements and programming of the relay.
d. The relevant schematic diagrams (the sections/pages to be edited) for update shall be supplied in PDF to the contractor and returned in PDF and CAD format.
e. The preparation of the panel, including cut-outs to be made. f. The relay installation and wiring of all functions. g. Wire re-numbering where necessary. Wiring number formats and
wiring labeling shall match the existing. h. Testing and commissioning of the installation. This will include
mag curve tests of all the CT cores. i. Supplying of the test results electronically in PDF and format. j. All passwords shall be clearly indicated in the test results. k. The supply of all configuration and setting files in the relay
suppliers software format. l. Touching up of the paintwork after the cutouts have been made. m. Making and installing of blanking plates. These plates shall match
the colour of the panels wherein the relays are being installed. If this is not possible the EMM representative or Engineer shall indicate what colour to use.
n. Labeling to match the existing panels. o. Cleaning and tiding of the panel/s and area where work has been
done.
ITEM 1
DIGITAL THREE PHASE OVER CURRENT AND EARTHFAULT RELAY
The protection relay shall serve as a basic entry level OC and EF relay with the following requirements:
RELAY SPECIFICATION DATA
MINIMUM REQUIREMENTS
TYPE DIGITAL THREE PHASE OVER CURRENT AND EARTHFAULT RELAY
A ELECTRICAL INPUT
RATED CURRENT (In)
RATED FREQUENCY (Fn)
D.C AUXILIARY VOLTAGE
(Vx)
STANDING LOAD
1 and 5 A – DUAL RATED for schedule A 1 or 5 A for schedule B 50 Hz 24 – 60 Vdc or 48 – 250 Vdc for schedule A 30 Vdc or 110 Vdc or 220 Vdc for schedule B < 7 W for schedule A < 35 W for schedule B
B THERMAL/MEASURING RATING MEASURING CONTINUOUS WITHSTAND SHORT TIME WITHSTAND
50In 3In 1 Sec : 100In
C OPERATION INDICATORS FRONT PLATE SIGNALS
6 LED’s Front plate LCD – with backlight, fully programmable (user defined).
D OVER CURRENT SETTING PHASE CURRENT (DT)
EARTH CURRENT (DT)
PHASE CURRENT (IDMTL)
0.1 to 40 x rated current I>> : 0.5 to 40 x rated current I>>> : 0.5 to 40 x rated current 0.01 to 8 x rated current Ie>> & Ie>>> : 0.5 to 40 x rated current 0.1 to 5 x rated current
RELAY SPECIFICATION DATA
MINIMUM REQUIREMENTS
TYPE DIGITAL THREE PHASE OVER CURRENT AND EARTHFAULT RELAY
EARTH CURRENT (IDMTL)
0.005 to1 x rated current
E OVER CURRENT TIME SETTING PHASE TIME (DT) EARTH TIME (DT) PHASE CURRENT (IDMTL) EARTH CURRENT (IDMTL)
0 to 150 s 0 to 150 s 0.05 to 3.2 0.05 to 3.2
F CONTACT DATA NUMBER AND TYPE
Output relays Input Opto isolated couplers Watchdog relay
5 Relays (programmable) 3 Opto isolated couplers (programmable) 1 Change over contact (programmable to latch)
G CONTACT RATING
Make and carry for 3s Carry continuously
Max. 30 A 5 A for schedule A 1 or 5 A for schedule B
H OTHER PROTECTION FEATURES
Switch On To Fault (SOTF),Blocking logic, output relays latching. Thermal overload, undercurrent, negative phase sequence, Broken Conductor detection, Cold load pick-up, Circuit Breaker fail detection, Circuit Breaker Monitoring, Trip Circuit Supervision. Event, fault and disturbance recording (date and time tagged and displayed on LCD)
I COMMUNICATION Front USB Communication Rear RS485 Protection - fibre optic Protocol Selectable between IEC 608 70-5-103 or DNP3. IEC 61850 as alternate in schedule B.
RELAY SPECIFICATION DATA
MINIMUM REQUIREMENTS
TYPE DIGITAL THREE PHASE OVER CURRENT AND EARTHFAULT RELAY
J MECHANICAL DESIGN AND MOUNTING
Flush panel mounting Withdrawable with automatic shorting contacts for the CT circuits or modular with fixed CT circuits for schedule A. Withdrawable, fixed or withdrawable modules for schedule B.
ITEM 2
DIGITAL THREE PHASE OVER CURRENT AND EARTH FAULT RELAY WITH SENSATIVE
EARTH FAULT AND AUTO RECLOSE RELAY
The protection relay shall serve as an over head line feeder protection relay with OC, EF, SEF and auto re-close features with the following requirements:
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS
TYPE DIGITAL THREE PHASE OVER CURRENT AND EARTH FAULT RELAY WITH SENSATIVE EARTH FAULT AND AUTO RECLOSE
A ELECTRICAL INPUT
RATED CURRENT (In) RATED FREQUENCY (Fn) D.C AUXILIARY VOLTAGE
(Vx)
STANDING LOAD
1 and 5 A – DUAL RATED for schedule A 1 or 5 A for schedule B 50 Hz 24 – 60 Vdc or 48 – 250 Vdc for schedule A 30 Vdc or 110 Vdc or 220 Vdc for schedule B < 7 W for schedule A < 35 W for schedule B
B THERMAL/MEASURING RATING
MEASURING CONTINUOUS WITHSTAND
50In 3In
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS
TYPE DIGITAL THREE PHASE OVER CURRENT AND EARTH FAULT RELAY WITH SENSATIVE EARTH FAULT AND AUTO RECLOSE
SHORT TIME WITHSTAND
1 sec : 100In
C OPERATION INDICATORS
FRONT PLATE SIGNALS
6 LED’s (4 shall be freely programmable) Front plate LCD – with backlight, fully programmable (user defined).
D OVER CURRENT SETTING
PHASE CURRENT (DT)
EARTH CURRENT (DT)
PHASE CURRENT (IDMTL) EARTH CURRENT (IDMTL)
0.1 to 40 x rated current I>> : 0.5 to 40 x rated current I>>> : 0.5 to 40 x rated current 0.01 to 8 x rated current Ie>> & Ie>>> : 0.5 to 40 x rated current 0.1 to 5 0.005 to1
E OVER CURRENT TIME SETTING
PHASE TIME (DT) EARTH TIME (DT)
PHASE CURRENT (IDMTL)
EARTH CURRENT (IDMTL)
0 to 150 s 0 to 150 s 0.05 to 3.2 0.05 to 3.2
F CONTACT DATA NUMBER AND TYPE
Output relays Input Opto isolated couplers
Watchdog relay
5 Relays (programmable) 3 Opto isolated couplers (programmable) 1 Change over contact (programmable to latch)
G CONTACT RATING
Make and carry for 3s
Max. 30 A
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS
TYPE DIGITAL THREE PHASE OVER CURRENT AND EARTH FAULT RELAY WITH SENSATIVE EARTH FAULT AND AUTO RECLOSE
Carry continuously
5 A for schedule A 1 or 5 A for schedule B
H OTHER PROTECTION FEATURES
Switch On To Fault (SOTF), Blocking logic, output relay latching. Thermal overload, undercurrent, negative phase sequence, Broken Conductor detection, Cold load pick-up Circuit Breaker fail detection, Circuit Breaker Monitoring, Trip Circuit Supervision. 4 stage Auto re-closer. Event, fault and disturbance recording (date and time tagged and displayed on LCD)
I COMMUNICATION Front RS232/USB Communication Rear RS485 Protection - fibre optic Protocol Selectable between IEC 608 70-5-103 or DNP3. IEC 61850 as alternate in schedule B.
J MECHANICAL DESIGN AND MOUNTING
Flush panel mounting Withdrawable with automatic shorting contacts for the CT circuits or modular with fixed CT circuits for schedule A. Withdrawable, fixed or withdrawable modules for schedule B.
ITEM 3
DIGITAL THREE PHASE NON DIRECTIONAL AND DIRECTIONAL OVER CURRENT AND EARTH FAULT RELAY
The protection relay shall serve as a directional OC and EF feeder protection relay with the following requirements:
RELAY SPECIFICATION
TYPE DIGITAL THREE PHASE NON DIRECTIONAL AND DIRECTIONAL OVER CURRENT AND EARTH FAULT
A ELECTRICAL INPUT
RATED CURRENT (In)
RATED VOLTAGE (Un)
RATED FREQUENCY (Fn)
D.C AUXILIARY VOLTAGE (Vx)
BURDEN
CURRENT(per phase) CURRENT (per earth)
VOLTAGE (per phase)
STANDING LOAD
1 and 5 A – DUAL RATED for schedule A 1 or 5 A for schedule B 24 to 60 Vdc or 57 to 250 Vdc for schedule A 30 Vdc or 110 Vdc or 220 Vdc for schedule B 50Hz 24 to 60 Vdc or 57 to 250 Vdc for schedule A 30 Vdc or 110 Vdc or 220 Vdc for schedule B Standby : < 0.025 (1 A) <0.3 VA (5 A) [Nominal] Standby : < 0.08 (1 A) <0.42 VA (5 A) [Nominal] Vn 57-130 V ph-ph 260 V 0.08 W at 57.735 V 0.55 W at 480 V < 7 W for schedule A < 35 W for schedule B
B THERMAL RATING
CONTINUOUS WITHSTAND SHORT TIME WITHSTAND
5 A 1 sec : 100In 2 sec : 40In 10 sec : 4In
RELAY SPECIFICATION
TYPE DIGITAL THREE PHASE NON DIRECTIONAL AND DIRECTIONAL OVER CURRENT AND EARTH FAULT
C OPERATION INDICATORS
FRONT PLATE SIGNALS
8 LED’s Front plate LCD – with backlight, fully programmable.
D OVER CURRENT SETTING Directional / Non direction
PHASE CURRENT
EARTH CURRENT
0.1 to 40 x rated current I> : 0.1 to 25 x rated current I>> : 0.5 to 40 x rated current I>>> : 0.5 to 40 x rated current RCA Torque Angle : 0 to 359 degrees, +/-10 to +/-170 degrees for each stage 0.1 to 40 x rated current Ie> : 0.1 to 25 x rated current Ie>> & Ie>>> : 0.5 to 40 x rated current Setting Step : 0.01 x rated current
: 0.01 to 8 x rated current Ie> : 0.1 to 25 x rated current Ie>> & Ie>>> : 0.01 to 8 x rated current Setting Step : 0.005 x rated current
: 0.002 to 1 x rated current Ie>,Ie>>&Ie>>> : 0.002 to 1x rated current Setting Step : 0.001 x rated current
E OVERCURRENT TIME SETTING
PHASE TIME DT (t>, t>>, t>>>)
EARTH TIME DT(te>, te>>, te>>>)
IDMT CURVES
0 to 100 sec in steps 0.01 sec 0 to 100 sec in steps 0.01 sec IEC selectable curve characteristics including the following:
Normal/Standard Inverse Very Inverse Extremely Inverse Short Time Inverse Long Time Inverse
RELAY SPECIFICATION
TYPE DIGITAL THREE PHASE NON DIRECTIONAL AND DIRECTIONAL OVER CURRENT AND EARTH FAULT
TIME MULTIPLIER SETTING (TMS)
o PHASE o EARTH
0.025 to 3.2 0.025 to 1.5
F CONTACT DATA NUMBER AND TYPE
Output relays Input Opto isolate couplers Watchdog relay
8 Relays (programmable) 7 Opto isolate couplers (programmable) 1 Change over contact
G CONTACT RATING Make and carry for 3 s: max. 30 A Carry continuously : 5 A 250 Vac rated voltage Operation time <7 ms
H OTHER PROTECTION FEATURES
Directional/ Non directional Phase Over current
Directional/ Non directional Earth fault Switch On To Fault (SOTF) Negative phase Sequence thresholds Undercurrent 2 Thermal overload thresholds 2 Phase Over voltage thresholds 2 Under voltage thresholds 1 Residual Over voltage thresholds 2 independent three phase overpower
thresholds 6 Independent Under/ Over frequency Inrush Blocking Output relay latching. Broken Conductor detection, Stage Auto re-closer Circuit Breaker fail detection Circuit Breaker Monitoring Trip Circuit Supervision True RMS measurement Event recorder with 250 events, 1ms
time stamped fault recorder with last 25 faults (date and time tagged and displayed on LCD)
RELAY SPECIFICATION
TYPE DIGITAL THREE PHASE NON DIRECTIONAL AND DIRECTIONAL OVER CURRENT AND EARTH FAULT
Instantaneous recorder with the last 5 instantaneous starts
Disturbance Recorder with storage of 5 records for 3 seconds each.
I COMMUNICATION PROTOCOL
Front RS232/USB Communication Rear RS485 Protocol Selectable between IEC 608
70-5-103 or DNP3. IEC 61850 as alternate in schedule B.
J MECHANICAL DESIGN AND
MOUNTING
Flush panel mounting Withdrawable with automatic shorting contacts for the CT circuits or modular with fixed CT circuits for schedule A. Withdrawable, fixed or withdrawable modules for schedule B.
ITEM 4
ARC PROTECTION The arc protection offer shall comprise of two sections of which one section (item 4.1) shall consist of a standalone arc system separate from the over current and earth fault protection. The second section (item 4.2) shall be part of the over current and earth fault protection system, as the protection system shall incorporate the arc system. The offer shall not include the installation of the system as well as miscellaneous items such as screws, tape, cable ties etc. The arc protection shall operate on light and current to ensure no spurious tripping. The arc system shall operate from DC battery supplies rated at 30 V, 110 V or 220 V. The voltages required for any inputs or outputs shall be the same as the auxiliary rating, if not supplied by the arc system. Any voltages from and to equipment external to the arc equipment shall be from EMM’s equipment. The arc system shall record events and waveforms for the purpose of analysing the sequence of events and the cause of trips experienced. The logic state programmed in the relay shall not change when DC is removed from the relay. The arc sensors shall have continuous self-supervision and must be able to mount on the inside of the panel. The sensors shall be fitted with screws to the panels. Arc sensor failure must be alarmed and clearly indicated on the front of the panel or on the LV chamber of the panel. The arc protection system must be a self-supervision type system and all trips/faults and system errors locations shall be displayed clearly on the front of the panel or on the inside of the LV panel. The bidder shall quote on the supply of a complete arc protection system for an eleven-panel switchboard. The board is a typical 11 kV metal-clad switchboard, as per the EMM specification, consisting of two incomers, eight feeders, and one bus section switch. The general arrangement shall be four feeders, one incomer, one bus section, one incomer and four feeders for each board. There shall be four sensors in the busbar chamber in line with panels 2, 4, 8 and 10, one sensor in the breaker chamber and one sensor in the cable end chamber of each panel.
The operating sequence shall include the following:
1. For a fault in the cable compartment only the applicable circuit breaker shall operate.
2. For a fault in the breaker compartment, only the bus section, the applicable incomer and all the feeders of that section of the board shall operate, isolating the bus section that contains the fault.
3. For a fault in the bus bar chamber, all incomers in that zone and bus sections connected
to that zone shall be disconnected from that bus bar by opening the incomer breaker/s and the bus section breakers, disconnecting the supply from that bus bar.
4. For a fault in the bus section breaker chamber, all the incomers, and other bus sections
connected to the two bus bars (left and right) of the bus section that faulted, shall be disconnected from the supply by opening the applicable incomer breakers and the bus section breakers.
Item 4.1
Stand Alone System
This arc protection scheme shall be a standalone system, operating on light and current and shall not be part of any other protection unit or system. Additional protection relay/s, apart from the over current and earth fault system, may be used if required. The pricing shall include the price of the relay/s.
The protection relays used for the arc system shall be the same relays as offered in items one to three of schedule A or B in this specification as to simplify programming, interrogation and maintenance of the relays.
Item 4.2
Integrated System
This arc protection scheme shall be incorporated in the over current and earth fault system, operating on light and current. The pricing shall include the price of the protection relay.
The protection relays used shall be the same relays as offered in items one to three of schedule A or B in this specification, as these relays shall serve as the feeder protection as well.
In addition to the total price for the arc system the bidder shall list, and price, the individual items used in the arc system as items 4.1.1, 4.1.2 etc. and 4.2.1, 4.2.2 etc. in the pricing schedule. A breakdown of the items used in the complete board is therefore given allowing EMM to purchase the individual items if required.
System Requirements
30 Vdc, 110 Vdc or 220 Vdc
Rated current lN (three-phase current
measuring) Current measuring range
Thermal withstand
Burden (CT)
Start current, setting range
Start lo current, setting range
Setting accuracy
Measuring accuracy
Rated frequency
Auxiliary supply
Power consumption
1 or 5 A or dual rated 0...6*lN 4 * lN (continuous), 60* lN (for 1 s) < 0,3 VA 0.1...6*IN 0.01...5*IN ±10 % of set value ±10 % of max value 50 Hz For 110 or 220 Vdc <7 W
Trip and alarm contacts (NO) Rated voltage
Make and carry (0,3 s)
Breaking capacity L/R<40 ms, 48 VDC
Operating time
250 Vdc 30 A 1 A <15 ms (from pickup to contact closure) This will have to be proven after appointment.
Arc Sensor Light Sensitivity
8000 lux
Standards ENSS022
EC 60255-22-1
EN 61000-4-2
EN 61000-4-3
EN 61000-4-4
Group 1 Class A, emission 1 MHz burst immunity ESD RF-radiated fields Electrical fast transient
EN 61000-4-5
EN 61000-4-6
IEC 60252-11
Surge immunity RF-conducted immunity Voltage interruption
ITEM 5
TRANSFORMER PROTECTION RELAY The relay shall include the following protection functions, features, and options for 2 (two) winding transformers as well as auto transformers: 5.1 Over excitation Protection The function shall have a definite time setting and at least 5 families of IEC Inverse Time Curves to provide protection of over-excitation condition. 5.2 Negative Sequence Over current The function shall have Definite Time and Inverse Time characteristic for detection of open conductors and for increased sensitivity for phase-to-phase fault backup feeder protection. Time over current curves, including the IEC Normal/Standard Inverse, Very Inverse, Extremely Inverse, Short Time Inverse and Long Time Inverse curves shall be included. 5.3 Winding Thermal Protection The winding thermal protection curve shall be based on the IEC-255-8 standard and provide protection against possible damage during overload conditions. 5.4 Breaker Failure Protection The breaker failure shall include a phase over current detector for breaker failure detection. 5.5 Instantaneous and Time Phase Over current Protection The relay shall include a phase instantaneous and time over current functions for each associated transformer winding. The phase instantaneous over current function shall provide fast tripping for high fault currents. The phase time over current function shall provide selective time coordination protection with downstream devices. Time over current curves, including the IEC Normal/Standard Inverse, Very Inverse, Extremely Inverse, Short Time Inverse and Long Time Inverse curves shall be included. These functions shall be provided for each associated transformer winding. 5.6 Instantaneous and Time Neutral Over current Protection The relay shall include a neutral instantaneous and time over current functions for each associated transformer winding. The neutral instantaneous over current function shall provide fast tripping for high fault currents. The residual time over current function shall provide sensitive ground fault protection. Time over current curves, including the IEC Normal/Standard Inverse, Very Inverse, Extremely Inverse, Short Time Inverse and Long Time Inverse curves shall be included. The functions shall be provided for each associated transformer winding.
5.7 Instantaneous and Time Ground Over current Protection The relay shall include at least two instantaneous and time ground over current functions. These over current functions shall provide sensitive and selective coordination with upstream or downstream breakers. Time over current curves, including the IEC Normal/Standard Inverse, Very Inverse, Extremely Inverse, Short Time Inverse and Long Time Inverse curves shall be included. 5.8 Restricted Earth Fault Protection The relay shall include at least two REF functions. A high impedance REF measurement is preferred. 5.9 Phase Differential Function The function shall employ a dual slope harmonic restraint characteristic, utilizing both 2nd harmonic restraints to prevent mal-operation during transformer energising. The relay shall provide for a 5th harmonic restraint function. This function must have a settable pickup level and it must be possible to disable the function. 5.10 High Set Phase Differential Function The relay should include an unrestrained high set phase differential element function for close onto fault condition. 5.11 Transformer Winding & CT Connection Configuration The relay shall accommodate all ANSI/IEEE and IEC transformer winding and CT connection configurations. The relay shall internally compensate for the various CT and transformer winding (vector group) configurations and compensation. 5.12 Custom Transformer Winding & CT Connection Configuration The relay shall be able to accommodate advanced applications such as a star-delta transformer with a zero sequence source (grounding transformer) inside the zone of protection of the delta winding. For this application, the standard zero sequence elimination on the star winding can be turned off ensuring correct differential operation. 5.13 Metering / Commissioning Display Tools For metering purposes, and to assist in commissioning, the relay shall display the following quantities:
Phase currents for each transformer winding Positive , negative, and zero sequence currents for each transformer winding Fundamental restraint currents for each phase Fundamental differential currents for each phase
The relay shall provide real time metering of voltage, three-phase and neutral currents. Real metering accuracies shall be at least:
Current: 5 A rating, ± 0.1 A or ± 3%, whichever is greater (range 0 to 14 A) 1 A rating, ± 0.02 A or ± 3%, whichever is greater (0 to 2.8 A)
Frequency: ± 0.10 Hz (from 47 to 53 Hz for 50 Hz models) 5.14 Access/Communications/Integration Capabilities The relay shall provide access via a front-panel HMI. The following communication ports shall be provided: One front panel access for local connection. If access is not USB, a converter to USB shall
be provided with the relay. One RS 485 serial port on the rear of the relay for remote communication. The relay shall have a keypad on the front of the relay allowing interrogation and setting changes to be done. 5.15 Tripped/Alarm Function Status Indication and Target Log Capabilities The relay shall display tripped function status on a LCD display on the face of the relay. The above alarms and trips shall be annunciated by LED’s (16) on the face of the relay. The displays (LED and LCD) shall be programmable and the functions displayed on the LCD shall be user defined to display functions in English (not IEC or IEEE codes). The relay shall provide a target log for each trip operation that includes the function(s) operated, the functions picked up, input/output status, time and date stamped, and phase and neutral currents at the time of trip. A minimum total of 10 target logs shall be stored in a first in, first out buffer, with the oldest records being automatically overwritten. 5.16 Waveform Capture Capabilities An oscillograph recorder shall provide comprehensive data recording of all monitored waveforms, and the status of inputs and outputs, storing up to 5 seconds of data. The total storage time should be user selectable for a minimum of 5 records. The recorder shall be capable of being triggered by either designated status inputs, trip outputs, or via serial communications or from the optional front panel HMI. The recorder shall continuously store waveform data, keeping the most recent data in memory. When triggered, the recorder shall continue to store data in memory for a user-defined, post-trigger delay period. 5.17 User Software for Interface and Analysis User interface software shall be provided that is menu-driven and Windows based. Using the software, the user shall be able to: view set points, set elements, configure the elements, configure the trip/block matrix, create programmable logic schemes, view metering, view the target log, view the event log, download the oscillograph files, load files from a PC to the relay, load files from the relay to the PC, and print all settings. All software tools shall be supplied at no cost. 5.18 I/O Count and Description The following I/O shall be provided:
The relay shall have 18 programmable digital inputs and 12 programmable digital outputs as
a minimum, make 30 A for 0.2 seconds. 5.19 Power supply requirements
The relay shall accommodate a power supply with different voltage ranges:
110 Vdc: Shall operate properly from 80 V dc to 312.5 V dc and shall withstand 315 V dc or 300 V ac for 1 sec.
30 Vdc: Shall operate properly from 18 V dc to 56 Vdc, and shall withstand 65 Vdc for 1
sec.
ITEM 6 BASIC TRANSFORMER PROTECTION RELAY
The relay shall include the following protection functions, features, and options for 2 (two) winding transformers. 6.1 Breaker Failure Protection The breaker failure shall include a phase over current detector for breaker failure detection. 6.2 Restricted Earth Fault Protection The relay shall include at least two REF functions. A high impedance REF measurement is preferred. 6.3 Phase Differential Function The function shall employ a dual slope harmonic restraint characteristic, utilizing both 2nd harmonic restraints to prevent mal-operation during transformer energising. The relay shall provide for a 5th harmonic restraint function. This function must have a settable pickup level and it must be possible to disable the function. 6.4 High Set Phase Differential Function The relay should include an unrestrained high set phase differential element function for close onto fault condition. 6.5 Transformer Winding & CT Connection Configuration The relay shall accommodate all ANSI/IEEE and IEC transformer winding and CT connection configurations. The relay shall internally compensate for the various CT and transformer winding (vector group) configurations. 6.6 Custom Transformer Winding & CT Connection Configuration The relay shall be able to accommodate advanced applications such as a star-delta transformer with a zero sequence source (grounding transformer) inside the zone of protection of the delta winding. For this application, the standard zero sequence elimination on the star winding can be turned off ensuring correct differential operation. 6.7 Metering / Commissioning Display Tools For metering purposes and to assist in commissioning, the relay shall display the following quantities:
Phase currents for each transformer winding Positive , negative, and zero sequence currents for each transformer winding Fundamental restraint currents for each phase Fundamental differential currents for each phase
The relay shall provide real time metering of voltage, three-phase and neutral currents. Real metering accuracies shall be at least:
Current: 5 A rating, ± 0.1 A or ± 3%, whichever is greater (range 0 to 14 A)
1 A rating, ± 0.02 A or ± 3%, whichever is greater (0 to 2.8 A) Frequency: ± 0.10 Hz (from 47 to 53 Hz for 50 Hz models)
6.8 Access/Communications/Integration Capabilities The relay shall provide access via a front-panel HMI. The following communication ports shall be provided: One front panel access for local connection. If access is not USB, a converter to USB shall
be provided with the relay. One RS 485 serial port on the rear of the relay for remote communication. The relay shall have a keypad on the front of the relay allowing interrogation and setting changes to be done. 6.9 Tripped/Alarm Function Status Indication and Target Log Capabilities The relay shall display tripped function status on a LCD display on the face of the relay. The above alarms and trips shall be annunciated by LED’s (16) on the face of the relay. The displays (LED and LCD) shall be programmable and the functions displayed on the LCD shall be user defined to display functions in English (not IEC or IEEE codes). The relay shall provide a target log for each trip operation that includes the function(s) operated, the functions picked up, input/output status, time and date stamped, and phase and neutral currents at the time of trip. A total of 10 target logs shall be stored in a first in, first out buffer, with the oldest records being automatically overwritten. 6.10 Waveform Capture Capabilities An oscillograph recorder shall provide comprehensive data recording of all monitored waveforms, and the status of inputs and outputs, storing up to 5 seconds of data. The total storage time should be user selectable for a minimum of 5 records. The recorder shall be capable of being triggered by either designated status inputs, trip outputs, or via serial communications or from the optional front panel HMI. The recorder shall continuously store waveform data, keeping the most recent data in memory. When triggered, the recorder shall continue to store data in memory for a user-defined, post-trigger delay period. 6.11 User Software for Interface and Analysis User interface software shall be provided that is menu-driven and Windows based. Using the software, the user shall be able to: view set points, set elements, configure the elements, configure the trip/block matrix, create programmable logic schemes, view metering, view the target log, view the event log, download the oscillograph files, load files from a PC to the relay, load files from the relay to the PC, and print all settings. All software tools shall be supplied at no cost. 6.12 I/O Count and Description The following I/O shall be provided:
The relay shall have 6 programmable digital inputs and 6 programmable digital outputs as a
minimum, make 30 A for 0.2 seconds. 6.13 Power supply requirements
The relay shall accommodate a power supply with different voltage ranges:
110 Vdc: Shall operate properly from 80 V dc to 312.5 V dc and shall withstand 315 V dc or 300 V ac for 1 sec.
30 Vdc: Shall operate properly from 18 V dc to 56 Vdc, and shall withstand 65 Vdc for 1
sec.
ITEM 7 AUTOMATIC VOLTAGE REGULATOR (AVR) RELAY
The AVR shall not be part of any protection device. The relays may be withdrawable from the case or fixed type. Withdrawable relays may not be disconnectable without automatic shorting facilities for AC current circuits. The AC current circuits shall not be disconnectable via terminal plugs type connections. Non-withdrawable relay’s AC current circuits shall not be disconnectable via terminal plugs type connections. The AVR shall have:
A liquid crystal display (LCD), with backlight, for user interface. Keypad on the face of the relay to enable programming and interrogation without the use
of a laptop. Auto/manual and local/remote transformer tap control on the AVR.
A relay healthy indication (LED) on the face of the relay.
Volts high and low indication (LED’s) on the face of the relay.
Tap in progress and lock out/failure (LED) on the face of the relay.
The system voltage and tap position shall be visible, at all times, on the face of the AVR. The AVR shall support the operation of transformers in parallel using VAr (Reactive Power) balancing. The vector angles shall be measured and displayed on the LCD, including power factor and phase sequence. 7.1 Functionality 7.1.1 Voltage Control The following system standards, with minimal or no adjustment to the AVR, shall apply:
Where a transformer operates in parallel with other transformers, either within a site or across a network, the AVR should operate in order to (a) maintain the system voltage at the correct level and (b) operate at a tap position where minimal reactive circulating current flows from or into any system transformer which is a part of the network.
In the event of a failure of communications, either between grouped transformers or from a
remote control centre, the AVR should be able to operate in a stand-alone mode and achieve a satisfactory overall system voltage.
If a transformer in a group is switched in-service, no significant change in voltage will
occur.
If a transformer in a group is switched out of service, no significant change in voltage will
occur.
The Load Drop Compensation (LDC) method, if used, must remain at the correct level regardless of the number of transformers connected to a common busbar.
The AVR must be equipped with the capability of independently protecting against incorrect
operation, which would allow abnormal voltages to be applied to the network.
Tapping shall be disabled for a transformer over-current (fault) condition. The AVR shall be capable of controlling at least 8 transformers operating in parallel as a group. The operating characteristics of the voltage-regulating relay shall only allow for a raise or lower command to be issued after an initial time delay, as set on the voltage-regulating relay, has been completed. A definite time characteristic and an inversely related initial time characteristic shall be selectable. When a definite time delay is selected a fast tapping feature, which bypasses the initial time delay, shall be available in the event of substantial voltage increase above the set band. Any subsequent corrective signals, for the same voltage deviation, shall be delayed by a separate inter-tap time delay. The voltage regulating relay shall include a 'Load Drop Compensation' facility. LDC shall be used where the busbar voltage is increased in proportion to the total substation load current. The LDC effect shall be proportional to the total connected busbar load. This method will provide the correct voltage boost given by the chosen LDC setting, irrespective of the number of transformers in service. Full LDC functionality shall be retained when parallel control, based on the minimum circulating current method is used. 7.1.2 Voltage Monitoring Monitoring of the voltage level shall be via separate connections to those used for voltage control and therefore the facility shall be available to connect three VT voltages. If the measured system voltage is less than a pre-set under-voltage limit or greater than a pre-set over-voltage limit, the system shall inhibit tap control outputs to the relevant transformer, except to allow tap change operations that will correct the abnormal voltage. An alarm will be generated if the abnormal voltage persists. Where a 3 phase VT is used the system shall monitor all voltages in order to ensure the integrity of the VT secondary output. Any abnormalities detected will inhibit the voltage raise outputs from the system and initiate an alarm. The AVR shall however be able to operate with one voltage input, if so wired. If the load current is greater than a pre-set limit, the system shall inhibit all tap control outputs to the relevant transformer(s) and generate an alarm, unless the situation is caused by circulating current flowing between transformers. In this case tap changing will be allowed to reduce the circulating current. 7.1.3 Tap-change Monitoring Tap change operation monitoring circuits shall be provided for tap change runaway protection in the event of a mechanism, wiring or relay fault. The following shall be considered minimum requirements for such protection:
Protection is required to detect incorrect tap change operation at the earliest opportunity.
An incorrect tap change operation is defined as 'a tap change operation that is not initiated by a 'true' control signal. An example would be a slow to clear 'raise' contactor that may allow a motor drive to continue driving the mechanism at the end of a tap change cycle such that the tap change maintaining switch re-closes and thus allows the tap change to 'run away'.
The preferred scheme, however, should not rely on timing systems for determination of this situation, but intelligently monitor the relationship between the control signals, the tap change in progress inputs and the tap position. 7.2 Interfaces 7.2.1 Inputs from Plant Adjustment shall be provided to eliminate any VT ratio errors. A measuring current input shall be provided capable of operating with a CT of 1 or 5A secondary rating. The relay shall be configurable to allow non-standard CT ratios to be used. The relay shall be capable of using the CT regardless of the phase to which it may be connected. The relay shall be capable of measuring up to 33 tap positions, including special tap positions (e.g. 8A, 8B, 8C) from resistor chain (50 to 400 ohm per tap), BCD (Binary Code Decimals), binary and gray code sender units. A tap change in progress and tap change complete signal shall be detected by the relay from a contact provided in the tap changer. 7.2.2 Communication The relay shall provide access via a front-panel HMI. The following communication ports shall be provided: One front panel access for local connection. If access is not USB, a converter to USB shall
be provided with the relay. One RS 485 serial port on the rear of the relay for remote communication. The relay shall have a keypad on the front of the relay allowing interrogation and setting changes to be done. Protocols shall include IEC 60870-5-103 or/and DNP 3, IEC 61850 as alternate. 7.3 Standards The following standards will apply: IEC 60068-2-1, 60068-2-2, 60068-2-3, 60255-0-2, 60255-5, 60255-21-1, 60255-21-2, 60255-21-3, 60255-22-1, 60255-22-2, 60255-22-3, 60255-22-4.
ITEM 8 AUTOMATIC VOLTAGE SELECTION AND PHASE FAILURE RELAY
8.1 Features
Detects phase angle imbalance
Detects reverse phase sequence
Detects supply under voltage
Unaffected by frequency variations of ± 5Hz
Adjustable 5-15% out of balance setting
110Vac 50Hz
No auxiliary voltage shall be required
Failsafe operation (Contact normally picked up)
Front panel LED indicators to show healthy incoming & outgoing supplies
Optional time delay
Flush mount draw out case
Change over voltage selection contacts The relay shall be designed to automatically change over from a primary 3 phase supply to a second 3 phase supply if any phase of the primary supply has faulted or fallen away. The output relay must normally be energized by the primary supply and must drop out when phase angle unbalance is greater than the pre-set value, for under voltage or for reverse phase sequence, therefore ensuring continuous voltage on the output of the relay. Recovery of the primary supply to a healthy condition will cause the relay to change back to the primary supply. An optional 2 sec timer may be specified to delay the transition from primary to secondary supplies in both directions. A front panel LED will indicate the faulted phase(s) thus allowing fault recognition. Each of the incoming phases for both primary and secondary supplies have LED's indicate healthy supplies. The LED’s will go off for the following conditions:
Excessive negative sequence voltage resulting from phase failure;
Phase unbalance;
Reversed phase sequence.
Phase under voltage
ITEM 9 INTER TRIP RELAYS
This item will consists of three sub items namely:
9a will be a standalone and combination of send and receive relays. 9b will be a standalone send unit. 9c will be a standalone receive unit.
9.1 Features
System immunity to AC voltages (300V)
High isolation between coil & contacts & case up to 15KV
High DC sensitivity
High visibility mechanical hand reset flag
Heavy duty self-reset contacts with optional magnetic blowouts to further enhance DC switching capacity
Four auxiliary contacts
9.2 Nominal Operating Voltage
The operating voltage shall be within 75 to 120% of nominal voltage which shall include the following:
24V DC
32V DC
110V DC
250V DC 9.3 Flag Indication High visibility electromechanical flag indicator drops when a fault is detected (Coil energized). A hand reset version is available with a front panel mounted hand reset push button. 9.4 Operating Time <30ms on application of nominal DC 9.5 Insulation Withstand In accordance with IEC 255-5:
ITEM 10 DC FAIL RELAY
10.1 Features
System immunity to AC voltages (300V)
High isolation between coil & contacts & case up to 5KV
High DC sensitivity
High visibility mechanical automatic reset flag
Heavy duty self reset contacts with optional magnetic blowouts to further enhance DC switching capacity
At least two auxiliary contacts 10.2 Nominal Operating Voltage
The operating voltage shall be within 75 to 120% of nominal voltage which shall include the following:
24V DC
32V DC
110V DC
250V DC 10.3 Flag Indication High visibility electromechanical flag indicator drops when a fault is detected (Coil energized). The unit must be self resetting on restoration of the DC supply. 10.4 Operating Time <30ms on application of nominal DC 10.5 Insulation Withstand In accordance with I EC 255-5:
ITEM 11
MASTER TRIP RELAY
11.1 Features
Must be available for dc. Must have a minimum of 8 contacts (4 normally open, 4 normally closed). Must be manual (hand) reset with the option of electrical reset. The relay must latch in both the operated and normal working position. The relay requires no supply to latch in either position. The relay must contain a late acting contact to cut the supply voltage after operation.
11.2 Nominal Operating Voltage
The operating voltage shall be within 75 to 120% of nominal voltage which shall include the following:
24V DC
32V DC
110V DC
250V DC
11.3 Contact information DC Make and carry continuously 1250W Make and carry for 3 seconds 7500W Break 10A (minimum) 11.4 Flag Indication High visibility electromechanical flag indicator drops when an operation occurs (Coil energized). The unit must not be self resetting. 11.5 Operating Time <25ms on application of nominal DC 11.6 Insulation Withstand To comply with IEC 255: 11.7 Mechanical durability 11.8 10 million operations 11.9 Temperature rating -25 degrees Celsius to +55 degrees Celsius
ITEM 12
RESTRICTED EARTH FAULT RELAY (Mechanical Operation) The REF relay shall be a loose standing, panel mount attracted armature type relay with a hand reset indicator. This item shall include the Metrosil and stabilising resistor.
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS TYPE ATTRACTED ARMATURE REF RELAY
A ELECTRICAL INPUT Rated Current (In) Rated Current Frequency (Fn) Rated Voltage (Vn)
0.5 A, 1 A or 5 A 50/60 Hz Selected either 57 -130 Vac or 220 – 480 Vac or 15-185 Vac or 100-400 Vac
B THERMAL RATING Setting Range Continuous Rating
15-185 V & 25-175 V 2 times Selected setting
Relay Setting Range 25 -325 V
Setting 25 75 125 175 225 275 325
Continuous
Rating
As multiple of
Setting
2 1.7 1.7 1.7 1.7 1.6 1.5
As voltage 50 128 213 297 383 440 487
Relay Setting Range 100-400 V
Setting 100 150 200 250 300 350 400
Continuous
Rating
As multiple of
Setting
1.7 1.7 1.7 1.65 1.55 1.5 1.45
As voltage 170 255 340 413 465 525 580
C OPERATION INDICATOR Front Plate Signal
Hand rest operation indicator fitted as standard
D OPERATING TIME
SETTING RANGE
15 to185 V
Setting Selection Nominal operate
current for relay alone
35 equal 5 V steps 38 mA at setting
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS TYPE ATTRACTED ARMATURE REF RELAY
25 to 175 V
25 to 325 V
100 to 400 V
7 equal 25 V steps 19 mA at setting
7 equal 50 V steps 19 mA at setting
7 equal 50 V steps 19 mA at setting
E METROSIL
CHARACTERISTICS
Standard with 152.4 mm disc per element
with Max secondary internal fault current <50
A[RMS]
SETTING RANGE Nominal Characteristics
C Beta
15 to185 V 25 to 175 V 25 to 325 V
100 to 400 V
450 0.25
450 0.25
900 0.25
1100 0.25
F CONTACT DATA
NUMBER AND TYPE – Output
relays
4 Common or Segregated.
MAKE Self-resetting contacts (non-
programmable)
G CONTACT RATING Make and carry for 3 s ac dc Make & Carry continuously ac dc Break ac dc Mechanical durability
7500 VA with maxima of 30 A and 660 V 7500 W with maxima of 30 A and 660 V 1250 VA with maxima of 5 A and 660 V 1250 W with maxima of 5 A and 660 V 1250 VA with maxima of 5 A and 660 V 100 W (resistive) 50 W (inductive) with maxima of 5 A and 660 V Loaded contact minimum 10 000 operations Unloaded contact minimum 100 000 operations
H HIGH VOLTAGE WITHSTAND Dielectric withstand
Comply with:
IEC 60255-5:1977
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS TYPE ATTRACTED ARMATURE REF RELAY
Electrical Environment Atmospheric Environment Mechanical Environment
2 kV rms for 1 minute between all
terminals and case earth.
2 kV rms for 1 minute between terminals of independent circuits, with terminals on each independent circuit connected together.
1 kV rms for 1 minute across open
contacts of output relays.
High voltage impulse Three positive and three negative impulses of 5kV peak, 1.2/50us, 0.5 between all terminals of the same circuit (except output contacts), independent circuits and all terminals connected together and case earth.
Comply with:
89/336/EEC EN 50081-2:1994 EN 50082-2:1995 73/23/EEC
Comply with: EN61010-1:1993/A2:1995 EN60950:1992/A11:1997 IEC 60255-6:1988 IEC 60068-2-1:1990 IEC 600680-2-2:1974 IEC 68-2-3:1969
Comply with: IP50 IEC 60529:1989 IEC 60255-21-1:1998
I MECHANICAL DESIGN, MOUNTING & HOUSING
Compact withdrawable case, flush
panel mounted, 212 mm deep
Each Terminal connector is to have 4mm screw outlet (for “L” type, pre-insulted crimp terminal) and two blades (4.8 mm x 0,8 mm cross section)to accept snap on connectors as defined in BS5057.
RELAY SPECIFICATION DATA MINIMUM REQUIREMENTS TYPE ATTRACTED ARMATURE REF RELAY
J DRAWINGS & OPERATING MANUALS INSTALLATION & OPERATING MANUALS TEST CERTIFICATE
1 Copy 1 Copy
ITEM 13
CABLE/LINE DIFFERENTIAL PROTECTION RELAY The relay shall serve as a basic cable and line differential relay with backup over current and earth fault functions. The relay shall have the following minimum requirements.
RELAY SPECIFICATION
GENERAL DATA MINIMUM REQUIREMENTS
MODEL Fast Feeder Differential Protection. High–speed two-ended current differential unit.
A ELECTRICAL INPUT RATED CURRENT (In) RATED FREQUENCY (Fn) D.C AUXILIARY VOLTAGE (Vx) BURDEN
1A and/ or 5A 50Hz 24 – 240Vac 24 - 250Vdc Phase < 0.025VA (1A) < 0.3VA (5A) Earth < 0.008VA at 0.1 Ie (1A) < 0.01VA at 0.1 Ie (5A)
B THERMAL RATING CONTINUOUS WITHSTAND SHORT TIME WITHSTAND
4In 1Sec : 100*In 2Sec : 40 * In
C OPERATION INDICATORS FRONT PLATE SIGNALS
8 LED’s :- 4 Dedicated and 4 freely programmable 32 Character front plate LCD – with backlight, fully programmable.
D CURRENT DIFFERENTIAL PROTECTION
Phase segregated current differential protection. Intertripping (Direct, Permissive & Current differential. Propagation delay compensation. 3 pole tripping only. Fibre optic or metallic signalling channels. Supervision of protection signalling channel. Interchangeable protection signalling interface. Ratio correction. Back up over current & earth fault protection.
E OVERCURRENT SETTING PHASE CURRENT EARTH CURRENT INSTATANNEOUS TIME (Phase & Earth)
0.1 to 40 x rated current 0.01 to 8 x rated current < 30 ms
F OVERCURRENT TIME SETTING PHASE TIME (t>, t>>, t>>>) EARTH TIME (te>, te>>, te>>>) IDMT CURVES TIME MULTIPLIER SETTING (TMS)
0 to 150s in steps 0.01 sec 0 to 150s in steps 0.01 sec 14 Selectable curve characteristics 0.025 to 1.5 in steps of 0.025
G CONTACT DATA NUMBER AND TYPE – Output relays
- Input Optocouplers - Watchdog relay
7Relays (programmable) 5 Opto-couplers (programmable) 1 Change over contact
H CONTACT RATING Make and carry for 0.2s : max. 30A Carry continuously : 5A
I OTHER PROTECTION FEATURES
Blocking logic, output relay latching. Broken Conductor detection, Circuit Breaker fail detection, Circuit Breaker Monitoring, Trip Circuit Supervision. Event, fault and disturbance Recording, Event fault and disturbance recording (date and time tagged and displayed on LCD)
J COMMUNICATION PROTOCOL
Front USB Communication Rear RS485 SCADA communication and fibre optic 1300 nm for protection Protocol Selectable between IEC 608 70-5-103 or DNP3. IEC 61850 as alternate.
K PROTECTION COMMUNICATION
EIA (RS) 232 EIA (RS) 485 1300NM (MULTI MODE) 1300NM (SINGLE MODE)
L MECHANICAL DESIGN AND MOUNTING
FLUSH PANEL MOUNTING Withdrawable with automatic shorting contacts for the CT circuits or modular with fixed CT circuits.
ITEM 14
SELF POWERED RELAY Item 14 shall comply to the specification of item 1 of this specification (Digital three phase over current and earth fault relay) and be used in conjunction with standard CT’s and VT’s, as specified under the Metal Clad Switchgear section of this tender The foremost differences will be inter alia the following:
1. item 14 is a self powered relay and will be energised by the CT input or a laptop via the USB port.
2. The relay shall operate a serie trip coil (trip coil operated by the current exceeding the setting).
3. Relay power up through front USB port in the absence of CT supply. 4. Non-volatile memory for settings, events and disturbance records The relay shall operate
a serie trip coil (trip coil operated by the current exceeding the setting). In absence of low energy magnetic actuator, the breaker can be tripped using power from external power pack. For the same one N/O contact is available in the relay.
ITEM 15
Capacitor Bank Protection and Control Relay
The microprocessor-based shunt capacitor bank relay shall provide control, automation, monitoring, and protection for grounded and ungrounded capacitor banks and reactors. Relay self-checking functions shall be included. 1. PROTECTION AND CONTROL
1.1. Application-Based Settings. The relay shall provide application-based settings that automatically select the preferred protection elements for a given capacitor bank configuration.
1.2. Faulted Phase and Section Identification. The relay shall provide the capability of identifying the phase and relative location (top/bottom, left/right) of faulty capacitor units in grounded and ungrounded capacitor bank applications.
1.3. Voltage Differential Protection. The relay shall provide three phase-voltage differential protection with null compensation.
1.4. Null compensation is used to nullify any small voltage differential levels caused by
measurement tolerances and/or slight variances in element capacitance due to manufacturing variances or environmental conditions. The voltage differential protection shall provide three levels of settings for alarm, trip, and catastrophic failure conditions.
1.5. Phase-Current Unbalance Protection. The relay shall provide phase-current
unbalance protection with null compensation. The phase-current unbalance protection shall be capable of detecting as little as 20 mA of current unbalance on a 1 A CT secondary input. The phase-current
unbalance protection shall provide three levels of settings for alarm, trip, and failure conditions.
1.6. Neutral-Current Unbalance Protection. The relay shall provide neutral-current unbalance protection with null compensation. The neutral-current unbalance protection shall be capable of detecting as little as 20 mA of current unbalance on a 1 A CT secondary input. The phase-current unbalance protection shall provide three levels of settings for alarm, trip, and failure conditions.
1.7. Instantaneous Overcurrent Fault Protection. The relay shall provide overcurrent elements for phase currents.
1.8. Time-Overcurrent Fault Protection. The relay shall incorporate selectable operating quantity time-overcurrent elements.
1.9. Voltage Protection Elements. The relay shall provide over voltage and under voltage elements with two level settings per element. Level 1 settings shall have definite-time delay capabilities. RMS and fundamental voltages shall be supported.
1.10. Frequency Protection Elements. The relay shall have independent frequency elements with definite-time delay. The frequency elements shall have under voltage supervision inputs.
1.11. Breaker Failure Elements. The relay shall have breaker failure protection with flashover detection.
1.12. Automatic Control. The relay shall be capable of providing three independent
dead-band controllers. Each control shall be capable of either voltage, power factor, or VAR control.
1.13. Mimic Control. The mimic control shall have the ability to provide status and control
for as many as ten disconnects and a single breaker.
Mimic Control Logic. The relay shall include programmable logic functions for a wide range of user-configurable protection, monitoring, and control schemes. Logic shall have the ability to use bay elements, math functions, comparison functions, and Boolean logic functions.
1.14. Real-Time Control With Synchrophasor Data. The relay shall be capable of providing real-time control using synchrophasor data. This data shall be represented as analog quantities within the relay.
2. AUTOMATION The relay shall include 32 local control switches, 32 remote control switches, 32 latching switches, and programmable display messages in conjunction with a local display panel in the relay. The relay shall be capable of displaying custom messages. Input signals to the bay shall have settable assertion levels.
3. COMMUNICATION/INTEGRATION
High-Accuracy Timing. The relay shall time-tag event reports to an absolute accuracy of 10 μs. Relays at different system locations shall have the same absolute timing accuracy.
Password Protection. The relay shall have multilevel passwords to safeguard relay, protection, and automation settings.
3.1. Digital Relay-to-Relay Communications.
The relay shall have send and receive logic elements, and analog and virtual terminal elements in each of two communications ports for dedicated relay-to-relay communications.
3.2. IRIG-B Time Input.
The relay shall include an interface port for either a standard or high-accuracy demodulated IRIG-B time-synchronization input signal.
3.3. Synchrophasors.
The relay shall include operation as a phasor measurement unit (PMU). The relay shall be capable of storing up to 120 seconds of binary data in nonvolatile memory.
3.4. HMI Display.
The relay shall include custom configurable display information to display status, analog quantities with units, user-defined labels, and alarm information.
3.5. Event Reporting and Sequential Events Recorder.
The relay shall automatically record disturbance events. Events shall be stored in nonvolatile memory. The relay shall store at least five event reports at the maximum report length setting. The relay shall also include an SER that stores the latest 500 entries.
4. Circuit Breaker Monitor.
The relay shall include a breaker wear monitor function with a programmable breaker monitor curve. Electrical and mechanical operating times, with comparison between last and average times, shall be monitored and reported.
Appendix 2 – DC Specification BATTERY CHARGER SPECIFICATION
Supply, delivery and offloading of 110 Volts (DC) / 10 Amperes (DC), floor standing powder coated light grey, battery tripping unit fitted with alarms. Input Voltage : 110/220/250 Volts AC single phase 50 Hz input
voltage field selectable by manually changing taps on the transformer (Factory set to 220 Volts)
Output : 110 V DC and 10 A DC
Operating Ambient : 0˚C to 45˚C
Float Voltage : Manually adjustable as per battery
Manufacturer Specification
Boost Voltage : Manually adjustable as per battery Manufacturer Specification
Batteries per Charger : 85 x 30 Ah Nickel Cadmium Cells as per Part
2 below (Nickel Cadmium Batteries Specification)
The tripping unit must be accessible via hinged door in the front, with cable entry from the bottom through an undrilled bolted removable 3 mm galvanized steel gland plate. The material used for the battery tripping unit cubicle must be 1.6 mm mild steel bent and welded to form a rigid and stable unit. The cubicle must house both the charger and batteries accessible through the front hinged door. The charger shall be provided with surge suppressors for protection against diode failure, due to voltage transients. The charger must be protected on the AC side by means of a double pole circuit breaker.
The following front panel control and instrumentation shall be provided (flush mounted) on the battery charger cabinet:-
Analogue DC ammeter Analogue DC Voltmeter Manual Battery Test Push Button Manual Boost Charging Push Button Neon AC Mains Healthy indication Battery earth fault indicator Flashing LED High Voltage Alarm Indicator Flashing LED Low Voltage Alarm Indicator Flashing LED Charger Fail Alarm Flashing LED Boost Charging Indicator Flashing LED Battery Charger Rating Plate All indicating instruments shall be of the flush mounting, square dial type. An analogue ammeter shall be provided to indicate the load on the charger and shall be red lined at the rated maximum charger output. A volt meter shall be provided across the battery and shall be labelled “Battery Voltage”. The charger shall be rated to supply the continuous standing load in addition to the battery boost requirements. The DC float voltage shall be
manually adjustable between -5% and +5% of the value recommended by the battery manufacturer. The selected value shall be maintained across the battery to within ±1% for a variation in the AC supply voltage between ±10%.The voltage adjusting device(s) shall be mounted inside the panel and provided with screwdriver slots for adjustments. The adjustments shall be duly labelled to explain the operation. The float voltage shall be factory set to the recommended value.
The boost charging function shall be initiated both manually and automatically, i.e. either controlled by means of a timer or suitable control circuitry. Automatic boost charging is to be initiated every 28 days and automatically changed back to float charging when the battery is fully charged. Boost charging shall also be initiated when the battery is discharged to the pre-set low voltage alarm level. Manual boost charging shall be initiated by pressing the “Manual Boost” push button or On/Off Switch and deactivated by depressing the “Manual Boost” push button or On/Off Switch. Protection is to be provided to automatically terminate boost charging by means of a 21 hour override timer. Failure of the control equipment shall automatically reduce the output current to a safe value. The battery charger shall incorporate into itself a battery monitoring unit which would continuously monitor battery conditions and ensure that the battery is capable of supplying power when required to do so. The battery monitoring unit shall automatically check the internal resistance of the battery and associated connectors every 12 hours by automatically switching off the battery charger for 5 seconds, automatically put a resistive load across the battery and checking the voltage across the battery. The battery testing facility shall also be initiated manually by pressing the “Battery Test” push button for maximum 5 seconds and a cool off period of at least 15 minutes before the next battery test can be performed. In the event of battery fail, low voltage and charger fail alarm the battery test facility must be inhibited.
The following alarms shall also be provided: Battery Earth Fault Alarm Low Voltage Alarm Battery Fail Alarm High Voltage Alarm Charger Fail Alarm AC Supply Fail Alarm with 20 seconds Time Delay
Potential free change over contacts to be provided for remote indication of above mentioned alarms. All fuses, switches, push buttons, instruments, indications and terminal outputs must be clearly labelled. The labels shall be finished to give an overall neat appearance. For warning labels, white letters on a red background are preferred. All labels shall be in English.
Unless otherwise approved, all control wiring shall be wired in multi strand PVC wires of the appropriate cross-section. All wiring shall be numbered and ferruled. Crimped or sweated lugs shall be used for terminations. Care shall be taken that the wiring is adequately supported, insulated and carried out in a neat manner. Provision shall be made for easy termination of all external cabling.
The charger equipment, instruments, indicators and DC fuses/MCB switchboard are to be mounted in a cabinet manufactured of sheet steel of not less then 1.6 mm thickness. The cabinet shall be vermin-proofed.
e) 2. NICKEL CADMIUM BATTERIES SPECIFICATION
This specification presents a general description, design criteria, and construction requirements for nickel cadmium batteries for substation DC applications. APPLICABLE STANDARDS
The design, material, manufacture, selection, testing and performance of nickel cadmium batteries shall meet the requirements of the applicable sections of the latest revision of the following standards: IEC International Electrotechnical Commission IEEE Institute of Electrical and Electronic Engineers GENERAL DESCRIPTION
The battery shall be nickel cadmium, fibre plate matrix design, designed to provide reliable DC power. The battery shall be designed for a 20 years’ service life. The battery shall be of low maintenance type with recombinant technology to ensure prolonged topping up intervals. All internal construction of the battery shall be nickel plated fiber and nickel plated steel and impervious to alkaline electrolyte. The structural integrity of the battery shall remain intact for the life of the battery. DESIGN AND CONSTRUCTION
1.1 Electrode Assembly
The electrodes shall be an active surface design, constructed of a nickel plated fiber matrix. Plates for the positive and negative plate shall be of the same basic design. All individual plates shall be secured to the terminal collecting plate by welding. Bolted construction is not acceptable. Terminals shall have internal threads and be made of nickel plated steel with a cross sectional area sufficient to handle the current requirements of the battery.
1.2 Positive Plate
The positive plate active material shall consist of pure nickel hydroxide without any additives such as graphite to enhance electrical conductance.
1.3 Negative Plate
The negative plate active material shall consist of pure cadmium hydroxide without additives such as iron to enhance electrical conductance.
1.4 Separator
The separator shall provide insulation between the positive and negative plates. The separator shall be constructed of a micro porous plastic and shall be wrapped completely around the positive plate.
1.5 Cell Container and Lid
The cell container and lid shall be made of translucent polypropylene to facilitate ease of reading the electrolyte level. The container shall have maximum and minimum electrolyte level marks clearly indicated and visible from at least 2 sides of the container. The container and lid shall be chemically resistant to the electrolyte and be welded to each other by a heat sealing method to produce a leak free seal.
1.6 Terminal Posts
Terminal posts shall be welded to the top of the plate group bus assembly. The posts shall be nickel plated steel, with internal threads for bolting connectors. All external components of the battery shall be nickel plated or stainless steel. The post seal between the lid and the post shall be provided by compression of “O” rings inside the cell.
1.7 Electrolyte
The electrolyte shall be an aqueous solution of potassium hydroxide with additives of lithium hydroxide to provide optimal performance, cycling and reliability.
1.8 Flame Arrestor Vents and Accessories
Each cell shall be provided with nickel plated copper inter cell connectors and flexible welding cable connectors with suitable current carrying capacity for the battery application. Cell connectors shall be provided with plastic insulating covers to protect personnel from electrical shock and external short circuits. Flame arresting vent caps shall be provided on each cell. The vent shall allow gassing of the cell during over-charge and provide a means of topping up the cell without removal of the assembly. Screw vents that must be removed from the cells when topping up with water are not acceptable.
SERVICE CONDITIONS The battery shall be designed to operate within a temperature range of –20 deg C to +45 deg C. ELECTRICAL CHARACTERISTICS 2.1 Performance
The discharge performance of the battery shall be matched to the load profile by calculation in accordance with IEEE Standard 1115.
2.2 Capacity
The battery capacity shall be rated in ampere hours discharged for a 5 hour discharge period to 1.00 volts per cell after being fully charged. Capacity rating shall conform to IEC 623.
2.3 Cell Voltage The nominal cell voltage shall be 1.20 volts. The open circuit voltage range of the cells shall be between 1.28 and 1.35 volts per cell.
2.4 Charging The battery shall be charged using a constant voltage system. For maximum charge efficiency, dual rates (float & equalize) charger shall be used. The battery shall be charged to a minimum of 80% of capacity within 5 hours from a fully discharged state at 0.2 C5A at 20 deg C. The equalize charge voltage shall be between 1.52 and 1.60 volts per cell and the float voltage shall be between 1.42 and 1.45 volts per cell. The cells shall not exhibit any loss of life due to overcharge if water topping up is performed routinely.
COMMISSIONING The battery shall receive a full formation process to activate the active material in the plates prior to shipment/transportation. After a full formation charge, the battery will not require a commissioning charge if put into service within 6 months of shipment/transportation. DOCUMENTATION Each shipment shall have with it a Material Safety Data Sheet (MSDS), and an installation & operating instruction sheet. REQUIRED BATTERY CAPACITY RATINGS: a) 30 Ampere hour at the 5 Hour Discharge Rate
Appendix 3 – SCADA Specification
SCADA GENERAL SPECIFICATIONS DUAL SYSTEM
HARD-WIRED AND IEC 61850 SYSTEM Overview
Description A dual system is required from protection perspective, implementing bus-signals (signals external to relay or IED or bay) both hard-wired and via IEC 61850 GOOSE (e.g. Arc protection, busbar/bus-zone protection, breaker fail protection, inter-trips, direct transfer trip signals). A test switch/mechanism will be available to isolate all trips from IEC 61850 GOOSE. IEC 61850 GOOSE and MMS communications will be monitored and alarmed. All GOOSE signals must be transferred and processed between relays / IEDs (also within logic) in a maximum of 5ms. Scada communications will be via IEC 61850 MMS, but DNP3 capabilities must also be available in all devices (e.g. relays, RTU/Gateway, switches) and able to operate simultaneously with IEC 61850 MMS (if activated in future). Each protection system bus-signals (i.e. GOOSE and hard-wired) will operate correct without the other in service).
Summarised scope of work for Scada
Design, engineer, specify, supply, document, integrate and commission an on-site (substation) and off-site (EMM central control) software SCADA System, including supply and commissioning of all hardware, licenses, software and firmware and integration and complete design up to and including EMM’s control centre (to latest version available). The SCADA system will include:
On-site SCADA system
Off-site (EMM Central Control) SCADA system
Both the on-site and off-site SCADA systems will utilise existing EMM infrastructure where possible, including existing hardware/licenses/software as per EMM specifications. The on- and off-site SCADA systems will utilise the same platforms to ensure ease of long-term maintenance.
Sequence of Event (SER) report with search, filtering and reporting as well as search, filtering and Graphical Trending display of simultaneous analogues and digital quantities (including zoom functionality), with millisecond resolution and accuracy will be provided, for both Digital and Analog quantities captured.
All data displayed and captured will be stored, time-stamped and accurate with a maximum difference of 2ms when compared to true time.
All signals received by the Scada system will be setup, captured and configured for millisecond resolution and accuracy.
All analog quantities will have an accuracy of at least 1%.
Where necessary, hardware and software is to be supplied to integrate alarms into the scada system from:
3 x battery and related charger systems
1 x DVR (Digital Video Recorder) system
1 x On-site security and alarm system
Where necessary, hardware and software is to be supplied to add control to:
1 x On-site siren (to alert personnel of an action to occur)
Relevant on-site RTUs are to be configured to communicate and pass information to EMM’s control centre SCADA system.
The software system will capture all quantities retrieved from RTUs into a Microsoft SQL Server database at the EMM control centre, with 1 millisecond resolution and accuracy.
Training are to be provided for operation of the software system.
The system will be engineered, supplied, installed and commissioned to the satisfaction of EMM. Where EMM specifications are unclear or insufficient at the time of tender, EMM reserves the right to enhance specifications during the project to the satisfaction of EMM (and no variation orders or cost increase will be accepted by EMM). Platforms The on-site and off-site SCADA for the substation will utilise:
The same HMI and SQL server platform(s), such as software versions, as per existing EMM infrastructure.
Standalone HMI (no RTU/Gateway built-in HMI will be accepted). On-site communications infrastructure for the on-site HMI.
Fiber to communicate to the off-site SCADA. The RTU/Gateway utilised will include I/O units that can pickup and issue control signals to/from other general systems on-site (e.g. security, batteries, chargers, etc.) as per EMM specifications. The on-site and off-site SCADA will include full logic processing capabilities (similar to a software based PLC or other as per EMM specifications). SCADA Supply & Delivery
The supplier shall supply and commission complete SCADA software system which shall include but not be limited to:
All hardware, software, firmware, settings, configuration and licences will be supplied and installed as part of the contract and commissioned by the contractor.
All Engineering, configuration, testing & commissioning.
Detailed documentation as described elsewhere.
OEM documentation.
Training on the software system operation.
The contractor will supply to EMM all software and licenses to configure, adjust, setup and maintain all parts of the SCADA system.
The whole SCADA system will be fully owned by EMM.
Power
The SCADA will be powered from the DC in all aspects (e.g. screen, RTU/Gateways, Ethernet switches, converters, etc.) from a separate 50V DC system (Nicad batteries and charger). The substation 110V DC system shall be utilised for the protection/control. Where necessary industrial rated DC/DC converters or power supplies may be utilised for converters and the PC screen.
Update rate
The full SCADA system will be able to refresh, update and display all information from all the relays and other devices in a maximum 2 seconds, including but not limited to digitals, analogs, SER, trends, etc.
A control signal sent from the SCADA will take no longer than 1 second to execute (e.g. breaker open/close).
No (zero) information changes on the relays, RTUs/Gateways or other devices part of the Scada system will be missed by the system (at best/full accuracy and resolution of all devices), e.g. all mill-second changes in digitals will be fully captured in the correct sequence and displayed in the correct sequence.
Design, Install, Program, Testing & Commissioning
The supplier shall design, install, program, test and commission the entire substation SCADA system. All commissioning and testing required under this project is included in the scope of the successful supplier and shall be performed in accordance with the requirements of the relevant EMM and other related specifications and guidelines.
Include for all costs to configure, programme and extend the central SCADA control.
Protocols
Protocols to be utilised and available to fulfil required functionality will be:
(1) IEC 61850 GOOSE and MMS and
(2) DNP3 (master and slave, serial and Ethernet)
All devices, relays, RTUs and Gateways will be fully capable of communications using above protocols simultaneously to different on-site and off-site masters and relays and other RTUs/Gateways.
Both DNP3 and IEC61850 GOOSE and MMS will be available within all devices, relays, RTUs and Gateways for simultaneous use via different communications ports.
The system will be fully capable of sending SMS and Email as a stand-alone system, per EMM specifications. The SCADA system on-site and off-site will be fully capable of sending SMS and Email notifications for any combination of data captured or received.
The on-site SCADA will utilise: IEC 61850 MMS for communications to/from the relays to the RTU/Gateway. DNP3 from the on-site RTU/Gateway.
The off-site SCADA will utilise: DNP3 from the on-site RTU/Gateway.
The RTU/Gateway utilised will also have the following protocol capabilities included (for future use):
IEC 60870-5-103
Modbus / RTU
OPC
SNTP
SNMP
Industrial Ratings The complete and full SCADA will be industrial rated as per EMM specifications. No non-industrial solution, equipment or software will be accepted. No part of the system may interfere with the operation of any other part of the system. All functionalities and performance will operate 100% even if another part of the system fails or operates poorly or incorrectly (e.g. GOOSE vs MMS). No moving parts may be used in any part of the hardware and solution offered (e.g. cooling fans). The lifetime and ratings of the SCADA hardware and system will be at least the same as for the protection/control system offered. All devices and data as part of the system will be monitored and will indicate and alarm only relevant failure(s). The minimum amount of alarms will be indicated should a failure occur (e.g. a single data item failure will not result in the whole relay/IED data being indicated as faulty, but only the relevant item will be indicated as having failed and alarm accordingly).
Engineering Access Local engineering access to all devices will be available from a front port. Remote engineering access to all devices will be available from a rear port. Full engineering access will be available at all times to all devices and will not interfere or depend on other SCADA functionality or protocols or communications. Free-issued items
No items will be free-issued, except where otherwise indicated.
DRAWINGS The contractor shall prepare and submit for verification all the SCADA detailed software documentation required for a complete solution.
DESIGN PROCEDURES
- The contractor shall determine the status quo of the SCADA, protection philosophies and metering of EMM’s control centre and design to integrate accordingly;
- The contractor shall submit design specifications and drawings to EMM of the complete software solution for verification before integration commences. This shall include all aspects of the software solutions, including but not limited to:
Communication conventions and standards Tag naming conventions standards Mimic conventions and standards
Template conventions and standards Report conventions and standards Trend conventions and standards Script conventions and standards
Logic conventions and standards Etc.
Control Functionality
Where required and possible, control functionality shall include:
Circuit breaker control function, incorporating user defined interlocking logics for safe local operation of the circuit breaker.
Monitoring of circuit breaker status, lockout, racking status and earth switch status for interlocking and SCADA display purposes.
Local / remote control selection for circuit breaker control selection between local and SCADA control.
With the bay control relay selected to “Local”, no SCADA operations will be possible.
Remote operation via SCADA:
Full control functionality shall be included.
Battery, charger and general alarms and statuses The supplier should take note of the following specific requirements:
Provision will be made to include all battery and charger and general alarms into the SCADA software system.
Documentation
The successful supplier shall provide comprehensive as-built documentation upon completion of the project.
Compliance with the specification
The Supplier shall submit a document stating section by section whether they comply with the specification and explaining any deviations from the specification.
SCADA Functional Description
The successful supplier shall compile a functional design specification and once approved, followed by a detail design specification detailing the functionality for acceptance & approval by the client.
SCADA Functional design specification (FDS)
The successful supplier shall generate a functional design specification (FDS) document describing in sufficient detail how their system intends to offer the functionality specified and highlighting any aspect where the system offered deviate from the specification. The purpose of the FDS is for the supplier to prove that the proposed system complies with the minimum system requirements and/or to highlight where the system offered will provide the specified functionality in a different fashion.
The document will detail the overall system composition, proposed communication system design, software configuration and related equipment to ensure compliance with the specification.
The FDS document shall be to the satisfaction of and be approved by the EMM engineer before the detail design specification (DDS) is compiled.
The FDS shall include (but not be limited to) the following topics, as and when required by EMM:
Project Overview
Scope of Supply
Detailed proposed Project Plan, including Milestones, FAT, SAT, etc.
System Overview
System Security
Network Security/ Remote Access
System Configuration
Communication Servers
Master station equipment (SCADA Server, printers, etc.)
Master Station software
Substation Communication
Substation SCADA equipment ( PC, printer, RTUs / relays / IEDs / VSDs)
Interfacing with legacy equipment (substation)
Interfacing with equipment from other substation
System Functional Description
Log-on page
Overview
Display pages/ Screens
o Design o Page Layouts o Navigation o Switching / Control Functions o Events o Alarms o Analogues o Reports o Trending o Graphical Displays o Archiving o Security o Authorisation Rights o Backups o Data capturing and SQL server
Training
Full training on software and hardware for local and remote operation and maintenance.
Proposed Training Schedules.
Description of proposed content per module.
SCADA DETAIL DESIGN SPECIFICATION (DDS)
On acceptance of the FDS, the successful supplier shall generate a detail design specification (DDS) describing in detailing the functionality and deliverables of the system to be supplied. The purpose of the DDS is to document in detail exactly what the supplier will supply under this contract in terms of hardware, software, functionality, training, documentation, etc.
The DDS will also be used as the standard against which the factory acceptance testing & site acceptance testing will be performed / measured.
The DDS document shall be to the satisfaction of the EMM engineer and shall be approved by the engineer before the SCADA system is configured / programmed.
The DDS shall include (but not be limited to) the following topics, as and when required
Project Overview (As provided in FDS, but with latest updates)
Scope of supply
Detailed final Project Plan including Milestones, FAT, SAT, etc.
System Overview
System Security
Network Security/ Remote Access
System Configuration (As provided in FDS, but with latest updates and in more detail))
Communication Servers
Master station equipment (SCADA Server, printers, etc.)
Master Station software
Substation Communication
Substation SCADA equipment ( PC, printer, RTUs / relays / IEDs / VSDs)
Interfacing with legacy equipment (substation)
Interfacing with equipment from other substations
System Functional Description (As provided in FDS, but with latest updates and in more detail)
Log-on page
Overview
Display pages/ Screens
o Design o Page Layouts o Navigation o Switching / Control Functions o Events o Alarms o Analogues o Reports o Trending o Graphical Displays o Archiving o Security o Authorisation Rights o Backups o Data capturing and SQL server
Design Drawings
Fibre connection diagrams
Wiring diagrams
Cabling diagrams and cable blocks
Communication line diagram.
Training
Final Training Schedules
Description of final content per module
Documentation
All details of the system will be provided to EMM in both electronic, hardcopy and OEM electronic format (for each and every device, relay, RTU/Gateway and other devices), in a format acceptable to EMM.
SCADA Testing
The supplier shall ensure that the system and its parts are fully tested before delivery and installation and shall then perform a final test after commissioning but prior to handover.
The testing shall consist of original subsystem tests, followed by a factory acceptance test (FAT) at the supplier’s premises, finally culminating with the site acceptance test (SAT) in which the system as a whole is tested. The supplier shall give EMM notice in writing two weeks prior to any formal testing.
Factory Acceptance Tests
Full factory acceptance tests shall be performed on subsystems during the manufacturing period. In this case full factory acceptance will be required on the complete individual substation SCADA system which will be shipped directly to site after their individual (subsystem) FAT. FAT is not required for free-issued items that are installed on-site.
Site Acceptance Test
The system SAT shall be performed on all equipment in the scope of supply. The equipment shall be installed in the final location for its planned operation prior to performance of the SAT.
The system SAT shall be conducted after all the various elements of the system have been installed in the field and have all successfully completed their individual subsystem SAT’s. The system SAT shall be performed with equipment in the locations in which they will eventually operate.
This test shall demonstrate that the overall design of the system meets the functional and performance requirements of the specification in the field, using the actual communications network and including equipment supplied by others, to which the system is designed to interface.
Final System Acceptance
EMM will only consider acceptance of the system by means of a formal take-over certificate when:
The system and all items of equipment have successfully completed all the specified tests.
All failures, problems and reservations noted during the tests have been corrected to EMM’s satisfaction or a plan of corrective action has been agreed between EMM and the supplier.
All and hand over documentation and as built drawings and details have been submitted of the software solution.
On-site SCADA Panel and Wiring The number of additional hard-wired inputs and outputs, (independent of dedicated lED's) comprising digital inputs, control outputs and analogue inputs, (0 to 20mA) for connection to non-lEC compliant devices, is nominally estimated to be 64 Digital inputs, 16 Control outputs and 32 analogue inputs and shall be included as such in the price schedule. The RTU/Gateway equipment shall be supplied within its own steel cabinet. All hard-wired functionality shall be connected to the Gateway/RTUD input/output modules through rail mounted disconnect terminals, with facility to connect to I/O modules without restriction at a future date, and to enable testing of these functions. Two 16A 230VAC standard plug sockets with isolating/protection MCCB shall be fitted to the interior of the panel and connected to the building AC plug circuit included with the earth leakage system in the LV AC board. The SCADA cubicle shall be equipped with the light bulb that will be triggered by door open (Light ON), door close (Light OFF). References Tenderers must provide a list of successful IEC61850 and DNP3 implementations using the exact equipment offered for this project. Ekurhuleni Metropolitan Municipality reserves the right to visit any of the installations listed and / or to discuss the implementation with a customer contact person. The following information shall be supplied:
Country
Customer
Customer contact person with telephone number and e-mail address
Date commissioned
List of products used in the project (complete model number)
Where the main Contractor elects to Sub-Contract the SCADA System and integration, the main Contractor will be overall responsible for the provision of all SCADA functionality as specified. Training for the full system functionality at the substation including the interface to the EMM Master Station shall be provided for three EMM operators. Battery and Charger System Where an independent DC power supply system other than the substation DC system is proposed for the integrated control and protection system, the offer is to include such a DC battery and charger system, capable of autonomously powering the SCADA interface and hard-wired input and output modules for a minimum of ten hours. (As per the annexure for EMM battery chargers and batteries)
Configuration IED and SCADA software, configuration systems, software engineering is included within the scope of this specification. All protection relay and SCADA IED configuration, programming and settings application will be the responsibility of the Contractor. The Contractor shall be responsible for the configuration of all aspects of the IED’s offered to both the Protection and SCADA configuration of each IED. SCADA Interfaces For SCADA purposes, No non IEC61850 and non DNP3 interfaces between IEDs shall be accepted. Extended I/O either in the form of additional cards on a bus or a discreet device is not considered an IED for the single protocol purpose. SCADA may not interfere with Protection Where lEDs are required to perform protection functions, these lEDs shall contain separate CPUs for protection and automation functionality in order to ensure that the protection is at no time compromised due to mal-operating communication equipment; Communications and Monitoring The RTU/Gateway must communicate with the IEDs by addressing each IED on an individual and polled basis – that is, the system must poll each IED as if it were a discreet module. This enables the gateway to apply quality flags to the data elements derived from an individual IED – should the unit fail or communication to the unit fail, the data shall be marked as off-line within the gateway real-time database and communicated as such to the master station. To cater for the failure mode where the relay detects an internal fault, but is still able to communicate with the gateway - such failure status may be communicated to the gateway provided that all other potentially corrupt data from the IED is flagged as ‘off-line’ and communicated as such to the master station. Alternatively, if the IED detects an internal fault, it may be programmed to halt all communications to the gateway, whereupon the gateway will mark the data as indeterminate, generate an ‘IED faulty’ alarm and communicate such to the master station. Full support for data quality flags is required to ensure that indeterminate states are reported as such, and no possibility exists of communicating stale data to the SCADA master station as a result of the failure of a system component or the communication network. Bottlenecks The system must be capable of defining, and transmitting only the relevant subsets of plant data (points), using the specified protocols, to the Masterstation. All functions resident in the lEDs must be available to SCADA, but only those selected for transmission to SCADA are to be sent up. This means that the lEDs or Gateway device must be capable of filtering the data sent to SCADA, to avoid communication bottlenecks. Double bit indications are used to determine the status of all primary plant switching devices. Single bit circuit breaker or isolator status indications are not supported and will not be accepted.
SCADA DIGITAL AND ANALOG DATA CAPTURING LIST SPECIFICATIONS
Overview
The below indicates digitals and analogs to be captured from relays and IEDs (other digitals and analogs such as all security, batteries, chargers, gates and other substation alarms or indications are also to be included in the SCADA system).
Where protection/control relays/IEDs are offered that cannot provide all of the items indicated, a full and detailed list will be provided to indicate all areas of non-compliance to EMM specifications.
Digitals Requirements
Each and every bay and relay will display at least the following digitals as per relevant type of bay (where a bay type is different to below, it will at least indicate the below signals as well as any other relevant specific bay signals):
------BREAKERS / FILTERS / BUS-SECTIONS/COUPLERS / CAP BANKS--------
Open,Open,OFF,ON
Closed,Closed,OFF,ON
InServ,Racked In,OFF,ON
OutServ,Racked Out,OFF,ON
ESOpen,Earth Switch Open,OFF,ON
ESClosed,Earth Switch Closed,OFF,ON
LOR,LOR Selected,REMOTE,LOCAL
Auto,Auto Selected,ON,OFF
Close_Block,Close Block,OFF,ON
A_PH,Red phase Fault,OFF,ON
B_PH,White phase Fault,OFF,ON
C_PH,Blue phase Fault,OFF,ON
G_PH,Ground phase Fault,OFF,ON
VT_SELECT,VT select,OFF,ON
Condition,Condition,NORMAL,UNHEALTHY
Prot,Protection,NORMAL,UNHEALTHY
DC,DC,NORMAL,ALARM
AC,AC,NORMAL,ALARM
MCB,MCB trip,NORMAL,ALARM
Rel,Relay Fail,NORMAL,ALARM
RelComms,Relay Communications,NORMAL,ALARM
IEC61850GSE, IEC61850 GOOSE Communications,NORMAL,ALARM
IEC61850MMS, IEC61850 MMS Communications,NORMAL,ALARM
Spring,Spring,CHARGED,DISCHARGED
SpringOL,Spring circuit,NORMAL,ALARM
TCS,Trip Circuit Fail,NORMAL,ALARM
TCS2,Trip Circuit Fail 2,NORMAL,ALARM
SF6,SF6 Gas,NORMAL,ALARM
SF6_Lock,SF6 Gas Lockout,NORMAL,ALARM
Arc,Arc Flash Protection,NORMAL,ALARM
Diff,Differential Protection,NORMAL,ALARM
DiffComms,Differential Protection Communications,NORMAL,ALARM
Oth, Other status,NORMAL,ALARM
BF_Trip,Breaker Fail Trip,NORMAL,OPERATED
BF_RX,Breaker Fail Trip Input,NORMAL,RECEIVED
BF1_Trip,Breaker Fail Trip 1,NORMAL,OPERATED
BF1_RX,Breaker Fail Trip 1 Input,NORMAL,RECEIVED
BF2_Trip,Breaker Fail Trip 2,NORMAL,OPERATED
BF2_RX,Breaker Fail Trip 2 Input,NORMAL,RECEIVED
Diff_Trip,Differential Trip,NORMAL,OPERATED
Imp_Trip,Impedance Trip,NORMAL,OPERATED
Dir_Trip,Directional Trip,NORMAL,OPERATED
Arc_Trip,Arc Flash Protection Trip,NORMAL,OPERATED
OC_Trip,Overcurrent Trip,NORMAL,OPERATED
EF_Trip,Earth Fault Trip,NORMAL,OPERATED
HI_Trip,High Set Trip,NORMAL,OPERATED
SEF_Trip,Sensitive Earth Fault Trip,NORMAL,OPERATED
SBEF_Trip,Standby Earth Fault Trip,NORMAL,OPERATED
Inst_Trip,Instantaneous Trip,NORMAL,OPERATED
BZ_Trip,Buszone Trip,NORMAL,OPERATED
DTT_TX,Direct Transfer Trip Output,NORMAL,SENT
DTT_RX,Direct Transfer Trip Input,NORMAL,RECEIVED
NEC_Trip,Neutral Earth Coupler (NEC) Trip,NORMAL,RECEIVED
Man_Trip,Manual Trip,NORMAL,OPERATED
Oth_Trip,Other Trip,NORMAL,OPERATED
---------------------TRANSFORMER AND TAP-CHANGER GENERAL--------------------------
A_PH,Red phase,OFF,ON
B_PH,White phase,OFF,ON
C_PH,Blue phase,OFF,ON
G_PH,Ground phase,OFF,ON
TC_Raise,Tap change Raise,OFF,ON
TC_Lower,Tap change Lower,OFF,ON
TC_Local,Tap change Local selected,OFF,ON
TC_Remote,Tap change Remote selected,OFF,ON
Condition,Condition,NORMAL,UNHEALTHY
Prot,Protection,NORMAL,UNHEALTHY
DC,DC,NORMAL,ALARM
AC,AC,NORMAL,ALARM
MCB,MCB,NORMAL,ALARM
Rel,Relay,NORMAL,ALARM
Buc,Buchholz,NORMAL,ALARM
Oil,Oil Level or Temperature,NORMAL,ALARM
OT,Oil Temperature,NORMAL,ALARM
WT,Winding Temperature,NORMAL,ALARM
OTWT,Oil and/or Winding Temperature,NORMAL,ALARM
Fire,Fire System,NORMAL,ALARM
Oth,Other,NORMAL,ALARM
TC_Unhealthy,Tap change status,NORMAL,UNHEALTHY
TC_DC,Tap change DC,NORMAL,ALARM
TC_AC,Tap change AC,NORMAL,ALARM
TC_MCB,Tap change MCB,NORMAL,ALARM
TC_Rel,Tap change Relay,NORMAL,ALARM
TC_Buc,Tap change Buchholz,NORMAL,ALARM
TC_Oil,Tap change Oil Level,NORMAL,ALARM
TC_OT,Tap change Oil Temperature,NORMAL,ALARM
TC_WT,Tap change Winding Temperature,NORMAL,ALARM
TC_OTWT,Tap change Oil and/or Winding Temperature,NORMAL,ALARM
TC_Fire,Tap change Fire system,NORMAL,ALARM
TC_Oth,Tap change Other,NORMAL,ALARM
TC_Inprog,Tap change In Progress,NORMAL,IN PROGRESS
TC_MotorOL,Tap change Motor,NORMAL,ALARM
TC_UV,Tap change Under Voltage,NORMAL,ALARM
TC_OV,Tap change Over Voltage,NORMAL,ALARM
TC_LOR,Tap change Local Selected,REMOTE,LOCAL
TC_Auto,Tap change Auto Selected,ON,OFF
Buc_Trip,Buchholz Trip,NORMAL,OPERATED
Oil_Trip,Oil Level or Temperature Trip,NORMAL,OPERATED
OT_Trip,Oil Temperature Trip,NORMAL,OPERATED
WT_Trip,Winding Temperature Trip,NORMAL,OPERATED
OTWT_Trip,Oil and/or Winding Temperature Trip,NORMAL,OPERATED
Pres_Trip,Pressure Trip,NORMAL,OPERATED
Oth_Trip,Other Trip,NORMAL,OPERATED
DiffBias_Trip,Differential Biased Trip,NORMAL,OPERATED
DiffHI_Trip,Differential Hi set Trip,NORMAL,OPERATED
REF_Trip,Restricted Earth Fault,NORMAL,OPERATED
Master_Trip,Master Trip,NORMAL,OPERATED
TC_Buc_Trip,Tap change Buchholz Trip,NORMAL,OPERATED
TC_Oil_Trip, Tap change Oil Level Trip, NORMAL, OPERATED
TC_OT_Trip, Tap change Oil Temperature Trip, NORMAL, OPERATED
TC_WT_Trip, Tap change winding Temperature Trip, NORMAL, OPERATED
TC_OTWT_Trip, Tap change oil and/or Winding Temperature Trip, NORMAL, OPERATED
TC_Pres_Trip, Tap change Pressure Trip, NORMAL, OPERATED
TC_BSL_Trip, Tap change Bus Section Left Trip, NORMAL, OPERATED
TC_BSR_Trip, Tap change Bus Section Right Trip, NORMAL, OPERATED
TC_Oth_Trip, Tap change Other Trip, NORMAL, OPERATED
------------------------------ISOLATOR-------------------------------
Open, Open, OFF, ON
Closed, Closed, OFF, ON
InServ, Racked In, OFF, ON
OutServ, Racked out, OFF, ON
LOR, LOR selected, REMOTE, LOCAL
Condition, Condition, NORMAL, UNHEALTHY
Prot, Protection, NORMAL, UNHEALTHY
DC,DC,NORMAL,ALARM
AC,AC,NORMAL,ALARM
MCB,MCB,NORMAL,ALARM
Spring, Spring, CHARGED, DISCHARGED
SpringOL, Spring circuit, NORMAL, ALARM
SF6, SF6 Gas, NORMAL, ALARM
SF6_Lock, SF6 Gas Lockout, NORMAL, ALARM
Oth, Other, NORMAL, ALARM
Analog Requirements
Each and every bay and relay will display at least the following analogs (instantaneous as well as energy values): IR, Red Phase Current IW, White Phase Current IB, Blue Phase Current IG and IN, Neutral Current and Ground current IMAX, Maximum Current VR, Red Phase Voltage VW, White Phase Voltage VB, Blue Phase Voltage VRW, Red-White Voltage VWB, White-Blue Voltage VBR, Blue-Red Voltage V0,Zero sequence Voltage Hz, Frequency kVA, Power kVAr, Reactive Power kW, Active Power PF, Power Factor All energies.
C3.6 HEALTH AND SAFETY
This Health and Safety Specification is provided in terms of the requirements of the Occupational Health and Safety Act, Act No. 85 of 1993 – Construction Regulations of 2014 as promulgated in Government Gazzette No 37305 of 7 February 2014. The Contractor shall comply with this act and also the Occupational Health and Safety Manual for Construction Sites - BIFSA.
C3.6.1 HEALTH AND SAFETY REQUIREMENTS AND PROCEDURES
(a) Construction Regulations, 2014
The Contractor must also have a full time accredited safety officer in his employment to supervise safety during working activities. In addition the following items must take place:
The Contractor shall in terms of regulation 7(1) provide a comprehensive Health and Safety Plan detailing his proposed compliance with the regulations, for approval by the Employer.
The requirements of the Occupational Health and safety Act 85 of 1993 (and all regulations made there under) and the Construction regulations of 2014, is to be explained to all contractors during the site hand-over meeting to the appointed contractor.
Minutes of this meeting is to be filed in the project safety file.
The bidder must submit a valid Letter of Good standing as indorsed by the department of labour. Successful bidder shall submit the letter prior work commencement.
The contractor shall have a Project Health and Safety Specification file on site at all times. The file shall contain the following minimum requirements In terms of the Construction Regulations, 2014 as promulgated in Government Gazette No 37307 and Regulation Gazette No 10113 of 7 February 2014:
o Certified copy of first aid certificate.
o Physical address where contract is taking place (on Company letterhead).
o Detailed description of intended work (on Company letterhead).
o List of all Personal Protective Equipment issued to employees (company letterhead).
o List of ALL employees on site (on company letterhead).
o Detailed Health and Safety Plan (on company letterhead).
o Comprehensive Risk Assessment (Qualification and Contact details of Risk Assessor).
o Public Liability and Commercial Insurance Certificate.
o All related statutory appointments.
o Certificates of relevant Training.
Safety meetings shall be held at least daily.
The Contractor acknowledges that he is fully aware of the requirements of all of the above and undertakes to employ people who have been duly authorized in terms thereof and who have received sufficient safety training to ensure that they can comply therewith.
The Contractor undertakes not to do, or not to allow anything to be done which will contravene any of the provisions of the Act, Regulations or Safety and Operating Procedures
EMM may, at any stage during the currency of this agreement, be entitled to:
o Perform safety audits at the Contractor’s premises, its work-places and on its employees;
o Refuse any employee, sub-contractor or agent of the Contractor access to its premises if such person has been found to commit any unlawful act or any unsafe working practice or is found to be not authorized or qualified in terms of the Act
o Issue the Contractor with a work stop order or a compliance order should they become aware of any unsafe working procedures or conditions or any non-compliance with the Act, Regulations and Procedures referred to above by the Contractor or any of its employees, sub-contractors or agents.
o No extension of time will be allowed as a result of any action taken by EMM in terms of the above and the Contractor shall have no claim against EMM as a result thereof.
An authorized EMM representative will be on site for regular site visits to monitor the Contractor’s implementation of health, safety and quality Standards.
The Contractor shall be responsible for all expenses incurred to ensure adherence to Health and Safety Regulations as stipulated above.
The Contractor shall use a Fall Arrest System (FAS) as defined in the Construction Regulations whenever a risk of falling exists.
The Contractor shall be responsible for ensuring that all equipment supplied and used and all work carried out under this contract shall be in accordance with the Occupational Health and Safety Act (Act 85 of 1993) and regulations remaining in force, as may be amended from time to time.
In addition, the Contractor shall comply with other Safety application provisions of Government, Provincial, Municipal Safety Laws, Building, Construction and Electricity Regulations.
The Contractor shall accept full responsibility for the means, methods, sequence or procedures of construction, for safety precautions or programs, incidental to the work of the contractor.
The Contractor is required to submit a working methodology statement with regards to the Safety Standards while working within hazardous areas such as live substations or in close proximity of energized apparatus.
The Contractor shall indemnify the employer and the Engineer against responsibility for safety on the site of the works.
The Contractor shall enter into an agreement to complete the work required for the construction of the works in accordance with the provisions of all pertinent legislation and in particular with the provisions
of the Occupational Health and Safety Act (Act 85 of 1993) and the regulations promulgated there under.
Reference of the Safety Methodology Statement can be found in the Government Occupational Health and Safety Act (Act 85 of 1993) and Construction Regulations Document, which is available publicly.
The safety of the Contractors personnel and employees acquire precedence over the construction works.
The Contractor shall at all times be responsible for full compliance with the approved plan as well as the Construction Regulations and no extension of time will be considered for delays due to non-compliance with the abovementioned plan or regulations.
C3.6.2 PROTECTION OF THE PUBLIC
The Contract requires the erection, maintenance and removal upon completion of hoardings with gantries, fans, safety screens, barriers, access gates, covered gangways, etc. as necessary for the enclosure of the works or portions thereof for the protection of the public at all times.
C3.6.3 BARRICADES AND LIGHTING
The Contract requires barriers, hoardings, access gates, fences, access gangways and hand-railing, weather protection, temporary lighting and anything else necessary for the security, protection, and safety of the public, employees of the contractor and others.
C3.6.4 TRAFFIC CONTROL ON ROADS
The Contractor shall be responsible for arrangement with the Metro Police when traffic Control is required.
C3.6.5 MEASURES AGAINST DISEASE AND EPIDEMICS
The contractor must give special attention to enforce good hygienic conditions on site.
C3.6.6 AIDS AWARENESS
The contractor shall ensure that aids counselling is available to the workers who need it.
C3.7 GENERAL CRITERIA (BIDS EVALUATION) / MINIMUM REQUIREMENTS
Substation infrastructures forms an integral part on the EMM Electrical network security, reliability and quality of supply to all network users. It is therefore imperative to ensure that qualified and well experienced consultants are appointed under this contract. As such the following information is required:
Commented [IM2]:
THE FOLLOWING SETS OF CRITERIA WILL THEREFORE BE STRONGLY APPLIED TO ENSURE THAT WELL EXPERIENCED AND KNOWLEDGEABLE BIDDERS ARE CONSIDERED FOR THIS CONTRACT:
C3.7.1 INFRASTRUCTURE AND RESOURCES AVAILABLE.
C.3.7.1.1 From time to time EMM may require the appointed contract holder to store some material on behalf of
EMM for such duration/period that would have been agreed upon between the contractor and the specific EMM Customer Care Centre (CCC). As a result, it is a requirement that the appointed bidder provide, in terms of the Physical Facility table provided in the bid document, a minimum of 1000 m² for physical infrastructure other than an office space to be able to accommodate the above. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE ONE POINT, FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
C.3.7.1.2 The logistic involved in the delivery and off-loading of the equipment requires transport. Amongst other
resource, crane truck with desirable safe working load capacity relevant to the total mass of the heaviest quoted equipment must be provided Plant/Equipment table provided in the bid document. In cases where the bidder plan to hire or purchase the above plant / equipment, bidder must indicate on the Hired Plant/Equipment or Plant/Equipment to be purchased table provided in the bid document. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE ONE POINT, FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
THE BIDDER SHALL SCORE THE MINIMUMS AS STIPULATED IN THE TWO PARAGRAPHS ABOVE
TO AFFORD THEM THE MAXIMUM SCORE OF TWO. C3.7.2 SIZE OF ENTERPRISE / FINANCIAL ABILITY (ABILITY TO DELIVER)
C3.7.2.1 The bidder shall be required to arrange insurances such as All Risk cover insurance, Guarantees etc. Safety
clothing of the employees, Remuneration to the employees both Permanent and Temporary local labours employed in projects. It’s therefore imperative that the bidder has a considerable cash flow, this is due to the EMM processes of payment for the goods delivered after having received the necessary invoice. The bidder shall have a minimum turnover of R 13 000 000 00 for Edenpark and R 4 000 000.00 for the Albertsdale Substations respectively, as per the minimum requirements in relation to the contractor grading designation of the CIDB. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE TWO POINTS, FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
FAILURE TO MEET THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ON THE ABOVE,
THE BIDDER SHALL SCORE A ZERO.
C3.7.3 STAFFING PROFILE
C3.7.3.1 The appointed contractor will be providing the service through EMM, the bidder shall provide a team of the
following:
Designation Requirements Project Engineer The incumbent shall be Registered Professional
Engineers or Professional Technologies personnel registered in terms of the Engineering Profession Act (Act No 46 of 2000) with experience in electrical substation reticulation design, supervision and administration are eligible to submit bids. Submit professional registration number.
Site Foreman The incumbent shall have in their position a valid Operating Regulation for High Voltage Systems (ORHVS), Submit proof.
Safety Officer The incumbent shall be certified in terms of the OHS Act. Submit Proof.
NOTE: Due to the nature of works assigned to the above individuals, failure to provide the any of the above
shall render the bid NON-Responsive. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED
ABOVE, THE BIDDER SHALL SCORE TWO POINTS, FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
The above shall not limit the contractor to submit information indicating fully the number of persons
available to execute the project and their respective responsibilities must be provided on Staffing Profile and Proposed Key Personnel tables provided in the bid document.
C3.7.4 PREVIOUS RELEVANT EXPERIENCE
C3.7.4.1 Complete understanding of the scope of this contract by the appointed service provider and as well as the
full knowledge of the critical impact the work covered under this specification has relative to the Public Sector service delivery programs is of the utmost importance. For the bidder to be considered under this contract, the bidder must provide information in the Previous Experience table provided in the bid document indicating one successfully executed substation project with a minimum voltage of 33KV. (Preferable done in the Public Sectors).
C3.7.4.2 The bidder shall submit together with the bid, a hand over certificate/referral letter substantiating the
appointments above as signed by the client. The hand over or referral letter shall indicate the following: duration of contract, Rand value of the project/contract and brief description of work conducted. SHOULD THE BIDDER PROVIDE THE STIPULATED MINIMUM REQUIREMENTS AS INDICATED ABOVE, THE BIDDER SHALL SCORE TWO POINTS, FAILURE TO PROVIDE THE MINIMUN REQUIREMENTS, THE BIDDER SHALL SCORE ZERO.
NB: The General Criteria given in paragraph C3.7 above will strongly be applied for assessment of the
bidder’s ability to execute the contract. Bidder/s failing to comply with the above minimum requirements will not be considered for this bid.
EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: ENERGY DEPARTMENT CONTRACT NO: EE 01-2017 FOR APPOINTMENT OF ELECTRICAL CONTRACTORS FOR THE UPGRADE OF EDENPARK AND ALBERTSDALE SUBSTATION. PART C4 SITE INFORMATION SITE INFORMATION 1 NATURE OF GROUND AND SUBSOIL CONDITIONS
(e) For the purposes of the Contract it will be deemed that, prior to submitting his Bid, the Contractor acquainted himself fully with the information and data provided during the biding period and, subject to the provisions of the Conditions of Contract, the Contractor shall have no claim against the Employer in respect of conditions encountered during the course of the Contract.
DESIGN DRAWINGS