38
Page 0 ELECTRICAL SMME/EME WORKS FOR THE THORNHILL SEWAGE PUMP STATION PACKAGES: SEWER PUMP STATION (PACKAGE 1: E4 Transformer Installation) PREPARED BY: SONDEZA AMANZI 25 Ray Craib Crescent Beacon Bay East London 5241

ELECTRICAL SMME/EME WORKS FOR THE THORNHILL SEWAGE …

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 0

ELECTRICAL SMME/EMEWORKS FOR THE

THORNHILL SEWAGEPUMP STATION

PACKAGES:

SEWER PUMP STATION(PACKAGE 1: E4 Transformer

Installation)

PREPARED BY:

SONDEZA AMANZI25 Ray Craib CrescentBeacon BayEast London5241

Page 1

REQUEST FOR QUOTATIONS

A INTRODUCTION

The Thornhill Ministerial Housing Project is an initiative undertaken jointly between ABSA Property

Development, Ndlambe Local Municipality and the Department of Housing, Local Government and

Traditional Affairs. In line with the vision of the ‘Breaking New Ground’ initiative, the project seeks

to provide quality and affordable housing in a development that is mixed mode, and to create a

vibrant and sustainable community.

The Eastern Cape Office of the Premier has made funding available to implement the link

infrastructure required for the development of Phase 1 of the Thornhill Ministerial Housing Project.

The scope of the link infrastructure is as follows:

Package 1: Transformer

o Installation and commissioning of 50kVA transformer, including metering kiosk and

fence.

o The 50kVA,11kV/400V outdoor, plinth mounted transformer is to be installed only

and commissioned only, the transformer will be provided by the Main Contractor and

the plinths cast by others.

o Energizing of MV Network and supply of all Test Certificates.

o Costing for the energizing of the MV Network and provision of all Test Certificates

must be included in the costing.

As part of the main contractor’s obligations, he is contractually required to sub-contract certain of the

works to local SMMEs/EMEs.

Page 2

T1.1: TENDER NOTICE & INVITATION

TENDER NOTICE & INVITATION TO TENDER FOR NDLAMBE SMMESPROJECT NAME: THORNHILL SEWAGE PUMP STATION

Tenders are hereby invited from suitably construction firms for the following:

Project NameNumber of

SMMEsRequired

Scope (Brief)CIDB

Grading

ClosingDate &Time

Transformer Installation (Package 1) 1Install and Commissiontransformer. 1 EP

11 November2021 @ 12h00

Only Tenderers with a Construction Industry Development Board (CIDB) minimum grading as indicated above will be eligible totender.

Tender documents may be downloaded from the Ndlambe Local Municipality website at no cost, from Wednesday 27/10/2021.

Due to Covid 19 regulations NO COMPULSORY Briefing session will be held.

The site of the works is located close to the Thornhill Elevated Reservoir currently under construction.

Bidders should take note of possible questions herewith attached in this advert. For any further clarity, all communications must be inwriting.

Completed tender documents in sealed envelopes clearly written on the outside as per the bid document: e.g., “Tender No: E4Transformer Installation (Package 1)” must be placed in the relevant tender box at Supply Chain offices at No. 44 Campbell Street,Port Alfred by no later than 12:00 on 11 November 2021. Bid opening register will be forwarded to all bidders on the same day andthe opening meeting will conducted through zoom for transparency. Interested bidders who would like to witness the tender openingshould indicate via email and the municipality will forward them the ID for the virtual meeting.

BIDS WILL BE EVALUATED ON THE BASIS OF RESPONSIVENESS FIRST THEN FUNCTIONALITY AND ONLYRESPONSIVE BIDS WILL BE EVALUATED ON PRICE.

Functionality: 100 points, Minimum qualifying points will be 70 for further evaluation.

FUNCTIONALITY POINTS

Experience 40

Bids must submit a Curriculum Vitae of a competent person who will be aforeman/ supervisor for the duration of the contract and must have thefollowing requirements:

Minimum of Six (6) months experience in supervision of thescope of works stipulated in the relevant Bill of Quantities with atleast 3 contact references (Client, Name of the project, Contactname and telephone numbers)

Failure to submit the required documents will score zero (0) points.

40

Locality 60

Bidder residing within Ndlambe municipality: Proof of water/ electrical municipal services bill not older than 3

months.

Unverified documentation will score zero (0) points

60

Page 3

PROSPECTIVE BIDDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:

It should be noted that the 80/20 points system will be applied, 80 being for price and 20 for the B-BBEE status level as defined

in the Preferential Procurement Regulations, 2017.

The award will be made in terms of the Municipality’s Supply Chain Management Policy.

Prices must be valid for at least ninety (90) days from the closing date.

Prices quoted must be firm.

Ndlambe Municipality does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole or

part of the bid.

An original tax clearance certificate issued by SARS must accompany all tenders OR a tax reference number and PIN or TCC

number must be provided. Tax status will also be verified against the Central Supplier Database (CSD)

Evidence of registration of company on the Central Supplier Database must be provided (CSD “MAAA” number).

Bidders must complete Council’s Declaration of Interest form (MBD4, MBD8, and MBD 9). Bidders who wish to claim for

preferential points in terms of the Preferential Procurement Regulations, 2017, must submit a completed form MBD 6.1 (included

in the returnable document) as well as a certified copy of the proof of B-BBEE status level of contribution as follows:

In the case of an Affidavit, both the Commissioner of Oaths stamp for the Affidavit itself (the “commissioning”)

AND a “true copy” stamp (which certifies the document as being a true copy of the original) are required i.e. TWO

stamps are required.

In the case of a B-BBEE Certificate, only a “true copy” stamp and signature (which certifies the document as being

an accurate copy) is required i.e. ONE stamp is required.

The abovementioned MBD forms are available for download from: http://www.ndlambe.gov.za/web/MDB-

Documents

A Municipal Billing Clearance Certificate, which covers, if applicable, both the company and its directors, must accompany all

bids (included in the returnable document).

In case of the joint Venture, a memorandum of agreement indicating the level of involvement and responsibilities of each joint

venture partner must be submitted. Individual partners are to comply and submit all relevant documents.

Bids that are late will not be considered, whilst the lowest or only quotation will not necessarily be accepted. Quotations per fax or

E-mail will also not be considered.

Bidders to submit a letter of Good standing from compensation commission within 7 days upon receipt a letter of intent to appoint

Bidders will only be awarded one package under the Thornhill Sewage Pump Station SMME Packages

Bidders must submit a Company Registration Certificate.

It has been determined that, in terms of 2017 PPPFA Regulations 4(1)(a), only tenderers with a minimum B-BBEE Status level of

contribution of 1 (One) may respond to the invitations in respect of All packages as set out in this contract.

Evidence of registration of company on the Central Supplier Database must be provided (CSD “MAAA” number).

Bidders to submit a Programme of Works stipulating the time needed to complete the relevant schedules.

Bidders that have already been appointed for work on the Thornhill Reservoir and Sewer Pumpstation Contract 70/2019 or

Contract 154/2019 will not be eligible to tender for this work.

Enquiries relating to technical matters may be referred to Mr. A Labuschagne (Sondeza Amanzi) on 043 722 1831 or

[email protected]

Page 4

T1.2: TENDER DATA: SPECIAL CONDITIONS OF TENDER

1. DURATION OF CONTRACT

This is a once off contract where the Sub-Contractor shall provide a Programme of Works to

advise on the duration thereof.

2. PAYMENTS

All payments will be made to the Service Provider within thirty (30) days of verification of

an invoice.

3. SERVICE LEVEL AGREEMENT

3.1 A service level agreement will be entered into with the successful bidder.

3.2 Negotiations in respect of the service level agreement must be finalised within fourteen

(14) calendar days of receipt of the letter of acceptance by the successful bidder."

3.3 Service level agreement entered into with the successful bidder will capture the time

frames for performance applying to this contract.

3.4 GCC 2015 Third edition shall be applicable to this Contract.

4. PENALTIES

Penalties shall be applicable to this agreement as per clause 5.13 in the GCC 2015 in the

amount of R900 per calendar day should the SMME not complete the works within the

required time for completion.

5. TERMINATION FOR DEFAULT

After default the following shall apply:

Notice of non – performance/ breach within 7 days of production not being achieved,

14 days to remedy breach,

Termination of contract after 21 days of continued non- performance.

6. PRICE

This Tender shall be a Fixed Price Contract. Contract price adjustment shall not be

applicable to this Tender.

7. BID VALIDITY

This bid shall not be withdrawn during a period of ninety (90) days from the date on which it

is to be lodged and it may be accepted at any time during that period.

Page 5

8. RETURNABLE DOCUMENTS

The issued documents must be returned in the form and order in which they were issued to

assist Sondeza Amanzi to expedite adjudication of the bids. Sondeza Amanzi reserves the

right to disqualify a bid in the event that the bidder does not fully comply with this provision.

9. MANDATORY OBJECTION PERIOD

All administrative actions and decisions taken by Sondeza Amanzi through its officials may

become subject to an objections and appeals process. As such, in terms of Section 62 of the

Municipal Systems Act 32 of 2000, a period of Fourteen (14) days will be set aside to allow

for the submission of appeals against the award/process of making the award to a particular

bidder by any interested party. Except in scenarios where the decision of a duly appointed

panel sets aside the appointment of the successful bidder as service provider of this contract,

the appointment will then be confirmed by Sondeza Amanzi in writing.

10. THIS BID DOCUMENT WILL ONLY BE ACCEPTED IF IT IS COMPLETED IN

BLACK INK.

Page 6

PART T2: RETURNABLE DOCUMENTS

TABLE OF CONTENTS

T2.1 List of Returnable Documents 7

T2.2 Returnable Schedules 8-15

7

T2.1 : LIST OF RETURNABLE DOCUMENTS

The following documents are to be completed and returned as they constitute the tender.

Whilst many of the returnable are required for the purpose of evaluating the tenders, some

will form part of the subsequent contract, as they form the basis of the tender offer. For

this reason, it is very important that tenderers return all information requested.

1.RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION PURPOSES

(included hereafter for completion)

Addendum A Resolution of Authority to Sign Documents

Addendum B Tax Clearance Certificate

Addendum C Certificate of Independent Bid Determination: MBD 9

Addendum D Preference Points Claim Form: MBD 6.1 as well as original Certified Copy

of B – BBEE status level contributor or Affidavit).

Addendum E Declaration of Interest: MBD 4

Addendum F Programme of Works

Addendum G Declaration of Bidders past Supply Chain Management practices: MDB 8

Schedule : 1A Municipal Billing Certificate

Schedule : 1B Centralized Supply Database (CSD)

8

ADDENDUM A: RESOLUTION OF AUTHORITY TO SIGNDOCUMENTS.

RESOLUTION OF AUTHORITY TO SIGN DOCUMENTS

(I/We)*, the undersigned, am/are* duly authorized to sign the Tender Form for this

contract on behalf ……………………………………………………………………....

in accordance with a directors resolution taken on ……………….(date) by the

directors of ………………………………………………….(company name)

registered with the registrar of companies under Number………………

SIGNATURE: …………………………………………………………….

Name and surname printed: ………………………………………………..

CAPACITY: ………………………………………………………………

DATE: …………………………………………………….

9

ADDENDUM B: TAX CLEARANCE

Tenderer must submit an Original Valid tax clearance certificate.

10

ADDENDUM C: CERTIFICATE OF INDEPENDENT BIDDETERMINATION: MBD 9

11

ADDENDUM D: PREFERENCE POINTS CLAIM FORM: MBD 6.1

The tendered to also submit an original Certified Copy of B-BBEE status level contributoror Affidavit

12

ADDENDUM E: DECLARATION OF INTEREST: MBD 4

13

ADDENDUM F: PROGRAMME OF WORKS

14

ADDENDUM G: DECLARATION OF BIDDERS PAST SUPPLYCHAIN MANAGEMENT PRACTICES: MBD 8

15

Schedule 1A

SCHEDULE 1A: MUNICIPAL BILLING CERTIFICATE

The Tenderer must attach to this page a Municipal Billing Certificate of the company in

order to score points for Functionality under Locality.

16

Schedule 1B

SCHEDULE 1B: CENTRAL SUPPLIER DATABASE (CSD)

Attach the Evidence of registration of company on the Central Supplier Database

(CSD “MAAA” number).

.

17

PART C1 : AGREEMENT AND CONTRACT DATA

TABLE OF CONTENTS

C1.1 Tender Offer 16

C1.2 Contract Data 17

18

C1.1: TENDER OFFER

CONTRACT: ………………….

To : …………………….

Gentlemen ,

Having examined the tender documentation and the requirements as set out in the

document and it’s addendums I/We offer to complete the assignment for the Package 1:E4

Transformer, I/We understand the price shall be firm during entire tenure of the contract

for the sum of

R ……………………..( .....................................................................................

…………………………………………………………………………………………)

I/we undertake to complete the Package 1:E4 Transformer Installation, comprised in the

Contract within (to be confirmed) from the date on which I/we have been given the order

to proceed.

I/we further undertake that should I/we withdraw my/our tender after I/We have been

indicated as the success full tenderer, I/we agree to pay the Municipality the expenses that

will occur in calling for fresh tenders.

Signed on this………day of …………….…2021, at ……………….……

SIGNATURE OF AUTHORISED PERSON: ………………………………………

On behalf of (Company)…………………………………………………………….

…………………………………………………………………………………………

WITNESS 1: ………………………………………………..

WITNESS 2: …………………………………………………

19

C1.2: CONTRACT DATA

CONDITIONS OF CONTRACT

The General Conditions of Contract for Construction Works as provided by The South

African Institute of Civil Engineering Third Edition (2015) shall be applicable to this

Contract.

All South African National Standards documentation (SANS) relevant to the works

to be constructed under this package are applicable.

20

PART C2: PRICING DATA

TABLE OF CONTENTS

C2.1 Bill of Quantities

Attached

21

C3: SCOPE OF WORKS

The SMME, subcontract under the Thornhill Sewage Pump Station, will need to

complete the following scope of works:

Site Establishment

Supply of:

o Transformer fence

o Transformer earthing

o Metering kiosk

(Note the Transformer will be supplied by the Main Contractor)

Install and commissioning of:

o Transformer

o Transformer fence

o Transformer earthing

o Metering kiosk

Materials:

o SMME to supply material

OHS Requirements:

o SMME to supply workers with necessary PPE with regards to Scope

of Works.

o Covid PPE and sanitizer to be supplied by SMME

o All employees to be inducted to conform to Covid-19 and Site OHS

compliance requirements.

All South African National Standards documentation (SANS) relevant to the works

to be constructed under this package are applicable.

22

C4: DRAWINGS

Drawings Attached

E4 EPPT SCHEDULE NO. E4:

POWER TRANSFORMER

E4.1 EPPT SCHEDULE E4.1 - SUPPLY AND DELIVERY TO SITE

11,1

.3 EPPT Supply and deliver of power transformer:

11.1 (a) Sewer pump station - 50kVA plinth mounted

(refer to project specification PSEPPT-7) Sum - Provided Provided

.4 EPPT Supply and deliver of transformer fence:

11.1 (a) Sum 1

.5 EPPT Supply and delivery to site transformer earthing:

11.1 (b) Sewer pump station - 50kVA plinth mounted

(refer to project specification PS-EPPT-11) Sum 1

.6 Supply & delivery of Metering Kiosk

Sewer pump station - 50kVA plinth mounted

As per Escom spec Sum 1

E4.2 EPPT SCHEDULE E4.2 - INSTALLATION

11,2 Note: Plinths Excluded,

.3 EPPT Site Installation of power transformer:

11.2 (a) Sewer pump station - 50kVA plinth mounted Sum 1

.4 EPPT Site installation of transformer fence

11.2 (a) Sewer pump station - 50kVA plinth mounted Sum 1

.5 EPPT Installation of transformer earthing:

11.3 (b) Sewer pump station - 50kVA plinth mounted Sum 1

.6 Installation of Metering Kiosk

Sewer pump station - 50kVA plinth mounted

As per Escom spec Sum 1

E4.3 EPPT SCHEDULE E4.3 - COMMISSIONING

11,3

.2 EPPT Commissioning of power transformer:

11.3 (a) Sewer pump station - 50kVA plinth mounted Sum 1

Extra HEALTH AND SAFETY

1 Sum 1

2 Sum 1

SECTION TOTAL

Free Issue: Transformer to be provided by Sondeza Amanzi

Required PPE as per the scope of works for the duration of the

contract

Required COVID PPE and Sanitizer for the duration of the

contract

1,8 meter high diamond mesh security fence with lockable

gate,

Item Payment Description Unit Qty Rate Amount

(R) (R)

E14 EMCA SCHEDULE E14: MULTICORE CABLES AND

EARTHWIRES (MV)

E14.1 EMCA RATE TO INCLUDE FOR THE SUPPLY ONLY OF THE

18,1 FOLLOWING PLANT AND EQUIPMENT INCLUDING

DELIVERY, STORAGE, QUALITY ASSURANCE AND

ALL NECESSARY INSURANCE

PCA RATE TO INCLUDE ONLY FOR HANDLING INCLUDING

19.2 DOUBLE HANDLING IF STORED, TRANSPORTATION

AND HANDLING ON SITE, ERECTION, QUALITY

ASSURANCE AND INSTALLATION OF THE

FOLLOWING PLANT AND EQUIPMENT

E14.2.1 PCA MV CABLES AS LISTED BELOW - 6.35kV/11kV

18.1 (a)

R 0,00

.5 Supply: 35mm² 4-core PVC/SWA/PVC Cu cable m 500 0,00

0,00

Install: 35mm² 4-core PVC/SWA/PVC Cu cable m 500 0,00

0,00

i) Terminations No. 2 0,00

0,00

ii) Joining No. rate only 0,00

0,00

0,00

E14.2.2 PCA Nett amount for cable route markers No 15,00

18.1 (b) Supply and install

E14.3 EMCA RATE TO INCLUDE ONLY FOR COMMISSIONING,

18,30 TESTING AND ADJUSTING THE FOLLOWING PLANT

AND EQUIPMENT AS A COMPLETELY SEPARATE

OPERATION SOMETIME AFTER THE COMPLETION

AND/OR ERECTION AND INSTALLATION, INCLUDING

TRANSPORTATION AND ACCOMMODATION FOR

PERSONNEL

E14.3.2 EMCA Drawing up of as-built cable route plans Sum 1

18.3 (c)

0,00

Page 2 of 3

Carried Forward

Item Payment Description Unit Qty Rate Amount

(R) (R)

0,00

0,00

E13 EMCA SCHEDULE NO. E13:

MULTICORE CABLES AND EARTHWIRES (LV)

E13.1 EMCA RATE TO INCLUDE FOR THE SUPPLY ONLY OF THE

18,1 FOLLOWING PLANT AND EQUIPMENT INCLUDING

DELIVERY, STORAGE, QUALITY ASSURANCE AND

ALL NECESSARY INSURANCE

E13.2 PCA RATE TO INCLUDE ONLY FOR HANDLING INCLUDING

19.2 DOUBLE HANDLING IF STORED, TRANSPORTATION

AND HANDLING ON SITE, ERECTION, QUALITY

ASSURANCE AND INSTALLATION OF THE

FOLLOWING PLANT AND EQUIPMENT

E13.2.1 PCA 4 CORE CABLES AS LISTED BELOW

18.1 (a)

13.2.1.25 Supply: 25mm² x 4c PVC SWA PVC +ECC m 10

13.2.1.26 Install: 25mm² x 4c PVC SWA PVC +ECC m 10

13.2.1.27 i) Terminations No, 2

13.2.1.28 ii) Joining No, 0

.7 Install warning tape 300mm above all Ducts

i) Supply m 10

ii) Install m 10

0,00

0,00

0,00

0,00

0,00

0,00

0,00

SCHEDULE E14: MULTICORE CABLES AND

EARTHWIRES (MV)

0,00

Page 3 of 3

Total carried forward to summary of schedules

Brought Forward

Thornhill pump station

Summary of Schedules

Electrical & Electronic Scope of Works

Summary of Schedules

Schedule No. Description Price

E4 POWER TRANSFORMERS

E13 MULTICORE CABLES AND EARTHWIRES (LV)

E14 MULTICORE CABLES AND EARTHWIRES (MV)

Value Added Tax at 15%

Total Amount of Tender

Thornhill: Sewer pump station

Sub-Total A

Contract 154/2019 Part C3: Scope of Work Section C3.4: Specifications for Electrical and Electronic Works

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C:\Users\arthbl\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\PA6INFUI\20 Part C3.4.3.1 Variation and Additions Electrical and Electronic.docx June 2019

C3.4.3.1-11

1) Installation and Commission of one new outdoor 50kVA Diesel Generator unit (plinth

mounted) with AMF&ATS including all operation and maintenance manuals (3 sets), technical

data sheets, spares lists etc. The generator will be installed in a designated area at the sewer

pump station, refer to the applicable drawings.

2) Installation and Commissioning of ONE off new fully Automatic Mains Failure &

Automatic Transfer Switch (AMF&ATS) electrical panel (part of the main MCC) and associated

equipment.

3) Provide monthly testing and routine maintenance (Service Level Agreement (SLA)) on the

system for the duration of the Guarantee period (12 months)

The standby diesel generator installations should comply with ESGS particular specification,

schedule of quantities and drawings.

PS-EMCC-1-2 EMERGENCY GENERATOR CHANGE OVER-SYSTEM

The standby generator change-over system should provide normal as well as a standby power to the sewer pump

station’s main distribution board.

The standby generator change-over panel will be fed from a 50kVA transformer, refer to the PS-EPPT project

specifications.

PS-EPPT POWER TRANSFORMERS (SEWER PUMP STATION)

PS-EPPT-1 SCOPE OF WORKS

In order to power the water tower and temporary sewer pump station, the following power transformers are

supplied by the main Contractor and are NOT included in this tender;

1. 50kVA, 11kV/400V Outdoor, plinth mount transformer supplied by Main Contractor only.

The transformer for the sewer pump station should be fenced-off to avoid unauthorized access.

PS-EPPT-2 CONDITIONS OF SERVICE

All transformers shall be suitable for outdoor installation and shall be equipped with low and medium voltage

weatherproof cable end boxes and have adequate cooling without forced ventilation.

Contract 154/2019 Part C3: Scope of Work Section C3.4: Specifications for Electrical and Electronic Works

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C:\Users\arthbl\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\PA6INFUI\20 Part C3.4.3.1 Variation and Additions Electrical and Electronic.docx June 2019

C3.4.3.1-12

PS-EPPT-7 TRANSFORMER TYPES

The following transformers shall be provided under this contract, as listed in the Table below;

QTY DESCRIPTION LOCATION

1 11kV/400V, 50kVA, / Y, 3 phase Sewer pump station location

Transformers must conform in full to the requirements of SANS 780 for LOW LOSS

POWER transformers of the sealed type.

The transformers shall have a no-load voltage ratio of 11kV/420/242V with “off-load” tap changers with plus and

minus 2.5% and 5% taps. The transformer windings shall be constructed from copper with impedance as low as

possible with values less than 5.1% deemed acceptable.

I

PS-EPPT-11 EARTHING

An earthing resistance survey shall be done at the location of the transformers and sufficient earthing installation

shall be installed. All fences, gates and the transformer shall be connected to this earthing system.

An earth mat with a resistance of less than 1ohm must be supplied and installed by the successful contractor. The

following items must be connected to the earth bar via 70 mm² copper conductors with crimped on lugs at both

ends:

• The earth terminal of the transformers;

• The earth bar on the panel at the substation;

• The armour clamp on each cable end; and

• The neutral terminals on the LT side of the transformers.

Particular Specifications

EPCC - Motor Control Centers

i April 2019

PARTICULAR SPECIFICATIONS:

EMCC – ELECTRICAL/ELECTRONIC: MOTOR CONTROL CENTERS

PRELUDE

This particular specification details the successful supply, manufacturing, factory inspection test at the

contractors premises, careful handling / transportation to the clients premises, safe storage as required and

successful installation and commissioning for the above mentioned.

The contractor will furthermore responsible to uphold the electrical equipment during the Defects Liability

Period.

This particular specification should be read in conjunction with the following;

Section C3.4.3 of the tender document – Variation and additions to the Electrical / Electronic

standard and particular specifications; and

Associated drawings as issued with the Tender document; and

Schedule of Quantities as per project specific.

Whereas conflicts in the above mentioned exits, this should be brought under the attention of the Engineer

within a week before the Tender closes.

All materials and equipment to be supplied shall be new and of the best quality available.

All equipment shall bear the SABS mark.

Particular Specifications

EPCC - Motor Control Centers

ii April 2019

EPPT: POWER TRANSFORMERS

INDEX

Item Description Page No.

PPT 1 PPT POWER TRANSFORMERS ..................................................................................................... 1

PPT 2 SCOPE ............................................................................................................................................. 1

PPT 3 CONDITIONS TO SERVICE ............................................................................................................ 1

PPT 4 STANDARDS AND TESTS .............................................................................................................. 1

PPT 5 STANDARDS AND DRAWINGS ...................................................................................................... 2

PPT 6 INDOOR TYPE ................................................................................................................................. 2

PPT 7 OUTDOOR TYPE ............................................................................................................................. 3

PPT 8 INFORMATION TO BE SUBMITTED WITH TENDERS .................................................................. 3

PPT 9 INSTALLATION OF POWER TRANSFORMERS ............................................................................ 4

PPT 10 TESTING AND COMMISSIONING OF POWER TRANSFORMERS .............................................. 4

PPT 11 EARTHING ....................................................................................................................................... 5

PPT 12 MEASUREMENT AND PAYMENT ................................................................................................... 5

Particular Specifications

EPCC - Motor Control Centers

PPT-1 April 2019

EPPT 1 POWER TRANSFORMERS

EPPT 2 SCOPE

This specification includes the manufacturing, delivery, transport, handling, protection, storage, installation,

successful commissioning and upholding during the Defects Liability Period.

The applicable scope of the works covered by this section shall be defined in the Variations and Additions to

the Standard and Particular Specifications Section C3.4.2 and relevant Tender drawings.

EPPT 3 CONDITIONS TO SERVICE

The power transformers will be installed indoors or outdoors as specified in the Variations and Additions to

the Standard and Particular Specifications on an industrial plant.

EPPT 4 STANDARDS AND TESTS

The power transformers shall conform to and be in accordance with the latest applicable South African

Bureau of Standards Codes and Standards:

The following Standard Specifications and drawings shall apply:

SANS 10142 - Code of Practice for the wiring of Premises

NRS 005 - Distribution Transformers

NRS 006 - Switchgear metal enclosed

NRS 008 - Enclosure for cable terminations in air

NRS 030 - Distribution Transformers

SANS 555 - Transformer oil

SANS 780 - Distribution Transformers

SANS 1433-1 - Terminal blocks having screw and screwless terminals

SANS 1433-2 - Flat push-on connectors

SANS 1091 - National colour standards for paint

SANS 1186 - Symbolic safety signs

SANS 1371 - Bushings

Particular Specifications

EPCC - Motor Control Centers

PPT-2 April 2019

EPPT 5 STANDARDS AND DRAWINGS

All materials used shall satisfy the relevant SANS specification and may only deviate from it upon a definite

instruction in this specification. The successful Tenderer shall ensure that he possesses the latest edition of

the relevant SANS specifications as listed in this specification.

EPPT 6 INDOOR TYPE

The transformers shall be of the free breathing indoor, category 1, DYN 11, low loss type with copper

windings and bushings suitable for indoor use, all in accordance with SANS 780. Transformers shall be

supplied with all the necessary oil. Transformer oil shall comply with SANS 555. The transformer no load

voltage shall be specified in the Variations and Additions to the Standard and Particular Specifications. A

five position tap changer shall be supplied to ensure the designed secondary voltage at plus/minus 5 % of

the primary voltage in steps of 2,5%.

The transformers shall be matched for parallel operation with percentage voltage impedance tolerance

between parallel operated transformers not exceeding 2,5% of rated voltage impedances, same inherent

phase angle difference between primary and secondary terminals, same voltage ratio, same polarity and

same phase sequence.

Apart from the compulsory accessories listed in table 1 of SANS 780. The transformer shall be equipped

with an Oil-level gauge, oil drain plug, bolted tank cover, two shafts and four rollers. A dial type

instantaneous and maximum registering indicating thermometer, Bucholz relay (if specified in the Variations

and Additions to the Standard and Particular Specifications), trip and alarm contacts on the thermometers

and Bucholz relay. The alarm and trip contacts shall be wired to a separate transformer side mounted

termination box equipped with rail mounted termination blocks and 3CR12 unpainted removable cable gland

plate.

The transformer shall be supplied with a cable end box for termination of medium voltage cables by means

of heat shrinkable terminations complete with wooden cable clamps and secondary cables by means of

cable glands. Cable terminations shall be suitable to accommodate the cable or cables for each circuit as

specified. This applies not only to the number of cores, size and conductor material, but also to the type and

construction of the cables. Gland plates in the secondary cable end boxes shall be manufactured from

unpainted 3CR12 steel with thickness to suit the cable sizes.

Cable end boxes and terminations shall be complete with the necessary clamps, glands, extension busbars if

necessary and other accessories.

Before ordering the Contractor shall ensure that substation doors and transformer platforms are suitably

sized for the transformers.

Before commissioning the transformer, the contractor shall ensure that the transformer is properly filled with

oil. All the connection terminals shall be taped with insulation tape corresponding with the respective phase

colours.

Particular Specifications

EPCC - Motor Control Centers

PPT-3 April 2019

EPPT 7 OUTDOOR TYPE

The outdoor type transformers to be supplied and installed under this Contract shall have a normal no-load

voltage ratio as specified with “off-load” tap changer with ±2,5% and 5% taps. The transformer no load

voltage shall be specified in the Variations and Additions to the Standard and Particular Specifications.

The transformers shall be matched for parallel operation with percentage voltage impedance tolerance

between parallel operated transformers not exceeding 2,5% of rated voltage impedances, same inherent

phase angle difference between primary and secondary terminals, same voltage ratio, same polarity and

same phase sequence. Gland plates in the secondary cable end boxes shall be manufactured from

unpainted 3CR12 steel with thickness to suit the cable sizes

The transformer shall comply with the requirements of SANS 780 as amended to date for low loss

transformers with copper windings and bushings suitable for indoor use and shall be of the free breathing

outdoor type (or as specified in the Variations and Additions to the Standard and Particular Specifications)

fitted with weatherproof MV and LV cable end boxes for termination of medium voltage cables by means of

heat shrinkable terminations complete with wooden clamps and secondary cables by means of cable glands

secured to a 3CR12 unpainted gland plate.

The transformer shall be supplied completely filled with oil to SANS 555.

In addition to the standard fittings to be provided in accordance with Table I of SANS Specification No. 780,

the transformer shall be provided with a detail type instantaneous indicating and maximum registering

thermometer, Bucholz Relays (if required), Trip and alarm contacts on the thermometers and Bucholz relay.

The alarm and trip contacts shall be wired to a separate transformer side mounted weatherproof termination

box equipped with rail mounted termination blocks and removable 3CR12 unpainted cable gland plate.

The transformer shall be provided complete with two axles and four rollers to facilitate rolling of the

transformer in the longitudinal direction,

Before ordering the Contractor shall ensure that transformer platforms are suitably sized for the transformers.

Before commissioning the transformer, the contractor shall ensure that the transformer is properly filled with

oil. All the connection terminals shall be taped with insulation tape corresponding with the respective phase

colours.

EPPT 8 INFORMATION TO BE SUBMITTED WITH TENDERS

Three copies of each of the following drawings shall accompany each tender in respect of the transformers

offered:

Outline drawings of the transformer complete with all its accessories, showing main overall dimensions; and

Drawings of the HT and LT bushings.

Particular Specifications

EPCC - Motor Control Centers

PPT-4 April 2019

EPPT 9 INSTALLATION OF POWER TRANSFORMERS

The power transformers shall be installed in the indoor switch room in the positions indicated on the

drawings in such a way that the LT bushings of the two adjacent transformers are facing each other.

Outdoor transformers shall be installed in a similar manner and as indicated on the drawings and can be

either plinth or pole mounted.

The high-tension terminals on each transformer must be connected to the corresponding medium voltage

circuit breaker by means of medium voltage cable via the cable ducts in the floor. At the transformer the

cable must be terminated by means of the specified cable end boxes.

The neutral terminal on the LV side of each transformer as well as its earth terminal shall be connected to

the substation earth as specified elsewhere in this document.

The connections between the low voltage terminals and the relevant board shall be done by means of the

specified cable. The cable shall be terminated at the transformer by means of a heat shrinkable dry type

crimped end kit.

After testing, the terminals must be insulated with busbar putty and taped with coloured PVC tape.

The necessary concrete plinths for the transformers will be provided by others under this contract.

On completion of the installation, but prior to commissioning the contractor shall do the following:

( a ) Ensure that all stoppers have been removed from the breather pipe and oil conservator

connection pipes on each transformer;

( b ) Check the oil level of each transformer and top up if necessary;

( c ) Check the tap positions on the transformer tap changers and ensure that both are in the

same positions;

( d ) Check the elements of the dehydrating breathers on the transformers in order to ensure

that these are dry. Replace if necessary; and

( e ) Check each transformer and dehydrating breather assembly for oil leaks and rectify if

necessary.

( f ) Remove all packings from relays and instruments.

EPPT 10 TESTING AND COMMISSIONING OF POWER TRANSFORMERS

On commissioning of the power transformers, the following shall be done;

( a ) The contractor shall verify phase denomination on both HV and LV sides prior to

terminating the cables.

( b ) After energising the contractor shall proof phase rotation on the LV side of all transformers.

( c ) After all testing had been carried out satisfactorily the transformer terminals and the

terminals on the end boxes must be insulated with busbar putty and taped with coloured

PVC tape. All arcing horns (if any) must be removed.

( d ) All transformers shall be properly and permanently labeled in accordance with the feeder

switchgear labeling system.

Particular Specifications

EPCC - Motor Control Centers

PPT-5 April 2019

EPPT 11 EARTHING

All transformers shall be earthed to the common medium voltage earthing system by means of 70mm² bare

copper conductors.

The contractor shall do all the bonding and earthing in accordance with the latest addition of the "Code of

Practice for the Wiring of Premises" SABS 0142.

Design and Approval

The Contractor shall allow for soil resistivity tests to be performed on site. A detailed report on the resistivity

tests shall be submitted to the Engineer together with a preliminary earthing scheme showing how the

Contractor envisages installing the earth mat before commencing installation of the earth mat. The

Contractor shall employ a specialist to investigate, plan and install the earthing installation.

The earth mat installation shall incorporate earthing electrodes at the extreme corners of the station, in the

vicinity of earthing switches and transformer neutrals. The substation fences shall also be earthed at regular

intervals including all substation gates. The installed maximum earth resistance shall be 1 Ω, or as agreed by

the Engineer. The earth conductors shall generally be laid at a depth of more than 500 mm below the

finished surface.

The complete earth mat design shall be submitted for written approval. The Engineer may then add or delete

equipment and change the design of the earth system if he so requires. The installation of the earth mat shall

be so arranged as not to cause delays in civil works.

Earth Resistance Survey

If specified in the Variations and Additions to the Standard and Particular Specifications. The Contractor will

be responsible to have an earth resistance survey carried out on site by a specialist in this field, to be

approved by the Engineer. The test shall be done on the undisturbed site, i.e. before earth works, trenching,

building etc. commence.

The Engineer shall attend the survey. The Contractor shall inform the Engineer in good time when the test is

scheduled to take place. If it is done without his or his representative being present, the test shall be

repeated in the Engineer’s presence at no additional cost.

The results of this survey will be used to adjust the earthing system as specified herein, if necessary, on the

basis of the quoted rates.

Payment for the services of the specialist shall be by the Contractor.

EPPT 12 MEASUREMENT AND PAYMENT

Measurement and payment will be done in accordance with the methods stated below:

Particular Specifications

EPCC - Motor Control Centers

PPT-6 April 2019

Supply and Delivery to Site (Excluded from this tender)

Pay Item Unit

( a ) Supply and delivery to site of power transformers (Excluded from this tender)

( b ) Supply and delivery to site of substation earthing system (Excluded from this tender)

Installation

Pay Item Unit

( a ) Site installation of power transformers Each

( b ) Installation of substation earthing system Sum

Commissioning

Pay Item Unit

( a ) Commissioning of power transformers Each

( b ) Commissioning of substation earthing system Sum