29
1 CD 21/2015 (B) BID FOR SUPPLY AND DELIVERY OF OVERHEAD POWERLINE EQUIPMENT CENTLEC

OVERHEAD POWERLINE EQUIPMENT: TECHNICAL … (B) - 2015... · BID FOR SUPPLY AND DELIVERY OF OVERHEAD POWERLINE EQUIPMENT FOR A PERIOD OF ... DESCRIPTION PRICE ... These items shall

  • Upload
    hacong

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

1

CD 21/2015 (B)

BID FOR SUPPLY AND DELIVERY OF OVERHEAD POWERLINE EQUIPMENT

CENTLEC

2

BID FOR SUPPLY AND DELIVERY OF OVERHEAD POWERLINE EQUIPMENT FOR A PERIOD OF THREE (3) YEARS.

OVERHEAD POWERLINE EQUIPMENT: TECHNICAL SPECIFICATION AND

PRICE SCHEDULE

1. Introduction

CENTLEC (SOC) (Ltd) invites BIDS for supply and delivery of Overhead Powerline Equipment as

detailed in the specification below for a period of three (3) years. 2. Minimum Submission Requirements – Any Omission Of The Listed Items Would Render

An Automatic Disqualification

2.1 One (1) letter of references from previous companies where similar projects were successfully completed and signed by the duly authorized company representative.

2.2 Valid original tax clearance certificate.

2.3 Supply municipal services (Water, Sanitation, Rates and Electricity) bill(s), not owing more than 30 days; or valid clearance certificate. A valid lease Agreement with Current Bill of Account not owing more than thirty (30) days for municipal services that the lessee (Bidder) is responsible for. In the event that the Bidder utilized prepaid services (e.g. water or and electricity) a valid clearance certificate must be submitted. Bidders that are CENTLEC (SOC) Ltd customers are also expected to attach a valid clearance certificate.

3. Scope Of Work

This contract covers the manufacture and delivery of overhead powerline equipment as described in the specification and schedules. All equipment shall be suitable for use on the distribution systems of the Mangaung Metropolitan Municipality and CENTLEC the Regional Electrical Distributor

4. Special Conditions of the bid

4.1 Please note that CENTLEC reserves the right to appoint more than one bidder where

applicable.

4.2 Any work outside of the current scope of work but related to this Bid, identified by CENTLEC duly authorized persons can be quoted by the approved bidder.

4.3 The quotation can be considered by CENTLEC and a work instruction generated for the

quoted ad hoc work. 4.4 Any amendments to the legal and procedural content of this bid shall be addressed in the

SLA entered into by CENTLEC and successful bidder(s). 4.5 The successful bidder will be expected to enter into a Service Level Agreement with

CENTLEC.

3

5. TECHNICAL SPECIFICATION

5.1 GENERAL REMARKS

The electrical equipment covered by this enquiry must be suitable for a 50 Hz AC

network, which operates at the voltages specified for the various items.

The neutral point of the 400/231V network is solidly earthed. The star point on the 11 kV

system in Bloemfontein is earthed through a 600 A (10, 58 ohm) resistor. The

meteorological conditions for Bloemfontein are:

1. Outdoor temperatures in degrees Celsius Annual mean – 24.4; Maximum = 40;

Minimum = -10

2. Average relative humidity At 8h00 = 76%; at 14h00 = 33%; at 20h00 = 48% Minimum = 7% and Maximum = 98%

3. Thunder storm activity Severe Thunderstorms

Table 1: Climatological data

5.2 MARKING OF EQUIPMENT / MATERIAL

All equipment / material which are to be marked shall be embossed or imprinted with the

letters “CENTLEC “unless otherwise specified. No paint or ink markings will be

accepted. ACSR, Aluminium and Copper conductors shall be marked with a unique

method (embossed with an indent of CENTLEC’s logo) visible from the outside of the

conductor.

Cable and wire drums shall be clearly mark with the following information: Drum

number, type of cable, size, number of cores and voltage rating. Marking plates shall be

stapled to the drum and weather resistant as some cable drums are stored for years

in the open. Computer printed-paper marking material is not acceptable.

All PVC & PE cable outer sheaths to be clearly marked as follow; a) at intervals of ± 600

mm with the words: " CENTLEC" by imprint or Embossed Printing (Paint markings

will not be acceptable) and b) sequential length marking, with ink every 1 meter from the

inside of the drum outwards.

Sample of Centlec’s logo:

C. PRICE VARIATION

PRICE BASIS

i) Bidder must state the price basis in the schedule for copper, aluminium, XLPE, PVC and

steel as well as the variation per 100 metre for every R1,00 rise and fall in the price per ton

of copper, aluminium, XLPE, PVC and steel. The basis of price calculation must be that

of the month preceding this tender.

ii) The prices quoted is based on the following price per metric ton:

4

DESCRIPTION PRICE

ALUMINIUM R

COPPER WIRE BARS R

PVC COMPOUND R

XLPE R

STEEL WIRE: 0,9 mm dia 1,25 mm dia 1,60 mm dia 2,00 mm dia 2,50 mm dia 3.15 mm dia 3.55 mm dia

R R R R R R R

Based on SEIFSA indices for ______________________________ (month).

5

6 TYPE OF EQUIPMENT REQUIRED

Item 3 CONDUCTORS - COPPER & STEEL (continue)

Earth rods and spikes to be copper plated bright tensile steel (500 MPa min), copper

plating to be 250 um of 99% copper and to comply with SANS 1063: 2008.

DESCRIPTION

MANUFACTURER

&

ITEM CODE

FIXED PRICE PER 100m FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

G Breaded earth conductor:

70mm² tinned copper

and galvanised steel strands

similar to “Kwena”

(100m coils)

H Earth rods: Copper plated

bright

steel earth rod with plain ends

– length 2.4m x 14,6mm

DIA,

Copper plating to have a

minimum

Thickness of 250 microns

All rods to bear SANS mark

I Earth Spike: Copper plated

bright

steel spike with M16 threaded

ends

– length 1.2m x 14,6mm

DIA,

Copper plating to have a

minimum

thickness of 250 microns

Spikes to bear SANS mark.

J Earth bar: Copper plated mild

steel busbar known as

“CADSTRAP”

– 3mm x 50mm x 2,4m

lengths,

Copper plating to have a

minimum

thickness of 250 microns -

bars

to be painted black and bear

SANS mark of approval.

SANS Mark: Yes / No _______________

% Local content _______________

Delivery period _______________

6

7A. AERIAL BUNDLED CONDUCTORS

The cable must comply with SANS 1418: 2009 for aerial bundled conductor. The cable

shall be of the supporting-core (neutral) type and suitable for use on a 400/231 volt

overhead distribution system. The cable must be insulated by black XLPE insulation. The

cable shall be supplied in lengths of 500 m on non-returnable wooden drums. Conductors

shall be of aluminium or hard drawn stranded copper conductors as specified.

DESCRIPTION:

MANUFACTURER

ITEM CODE

FIXED PRICE PER 100m FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

Item

7A

ABC - BARE NEUTRAL (Supplied on 500m drums)

i 3x35+1x35mm² Bare AL

alloy+1x25Al

ii 3x35+1x54,6mm² Bare AL

alloy+1x25Al

7 C. INSULATION SELF-PIERCING CONNECTORS FOR LOW VOLTAGE AERIAL

BUNDLED CONDUCTORS

All connectors shall be in accordance with NRS 018: 2002.

All connectors shall be suitable for aluminium to aluminium and aluminium to copper

connections and must be supplied complete, with insulating shrouds and pre-filled with

grease. Tightening bolt/s shall be of the shear off type. Electrical and Mechanical

specifications must be supplied.

CONDUCTOR SIZES:

MANUFACTURER

ITEM CODE

FIXED UNIT PRICE FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

iii For bare neutral main _______________ ________

35 - 120 mm²

branch line T off = 35 - 95 mm²

Name of Manufacturer ________________________________

SANS Mark: Yes/No ________________________________

% Local content ________________________________

7

Delivery period ________________________________

7 D. SPLICING SLEEVES FOR LOW VOLTAGE AERIAL BUNDLED

CONDUCTORS

All splicing sleeves shall be in accordance to NRS 018: 2002.

The sleeves must be of the pre-insulated compression type and suitable for jointing two

conductors at mid span. Conductors sizes as follows:

CONDUCTOR SIZES:

MANUFACTURER

ITEM CODE

FIXED UNIT PRICE FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

i 10 mm²

ix 120 mm²

Name of Manufacturer _______________

SANS Mark: Yes/No _______________

% Local content _______________

Delivery period _______________

8

8. OVERHEAD SPLIT-CONCENTRIC CABLE AND ACCESSORIES

8A CONCENTRIC CABLE (AIRDAC)

The cable shall be suitable for use on overhead house service connections on a 400/231 V

distribution system and constructed as follows. Circular stranded hard-drawn copper or

aluminium phase conductor colour red, XLPE insulated with identified neutral of equal

resistance and bare earth conductors arranged concentrically around it, polyethylene

sheathed with an insulation level of 600/1000V. All covering shall be UV Resistant

including the red XLPE covering of the phase conductor. The cable shall be in accordance

to SANS PIESA 1063:2005 specifications

The outer PVC sheath to be clearly marked at intervals of ± 600mm with the words:

"CENTLEC" by imprint or embossed printing (Paint or Ink markings will not be

acceptable). The conductor shall be supplied in lengths of 500 m on non-returnable

wooden drums.

Item

8A

CONDUCTOR SIZES:

MANUFACTURER

ITEM CODE

FIXED UNIT PRICE FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

ii 16 mm² Cu + 2 x 0,5Cu

Pilot Wires

vi 16 mm² AL

Name of Manufacturer _______________

SANS Mark: Yes/No _______________

% Local content _______________

Delivery period _______________

9

9. PREFORMED CONDUCTOR SPLICING KITS

These kits are required for making off and jointing of overhead copper and aluminium

conductors by means of a method known in the trade as "Preformed". Each product shall

have at least the same tensile strength and conductive capability as the conductor type and

size it was designed for.

Kits shall be clearly marked by means of colour code and labels with type and size of

conductor. These items shall comply with SANS 10280: 2001

SIZE OF CONDUCTOR

MANUFACTURER

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

i 194.9mm² Wolf

SIZE OF CONDUCTOR

MANUFACTURER

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

Item

9 K

DOUBLE WRAP GUY GRIP for concentric cable (Airdac) to terminate cable at pole

top

i 10 mm²

ii 16 mm²

Item

9 L

THIMBLE GUY GRIP for concentric cable (Airdac) complete with thimble to terminate

cable at the house.

i 10 mm²

ii 16 mm²

10

11. SURGE ARRESTER– MEDIUM VOLTAGE

Surge arresters shall be in accordance with NRS 039-2: 2008 and SANS 0313:2008.

These shall be for operation on an outdoor 11 kV overhead rural distribution network with

a non-secured earthing system, and shall be supplied complete with phase conductor

terminal, earth conductor terminal and mounting bracket suitable for 135 - 159 mm DIA

cross arm. Similar to Joslyn ZHP012-8009000, ABB Polim-D10N or Alstom HE12sd2.

IEC line discharge class 1, Arrestor classification: 10kA,

Nominal lightning discharge current (8/20s) : 10kA,

Minimum energy absorbtion capacity: 2.5 kJ/kV,

Minimum MCOV (Uc): 10 kV,

Maximum residual voltage (Ures) @10kA (8/20s): > 40kV,

Maximum residual voltage for 10kA steep current impulse (1/20s) [4 x Ur] : > 50kV and

Lightning impulse (1,2/50s) insulation withstand level [(1,3/0,82) x Ures] : > 63,5kV.

Technical information including arrester characteristics must be submitted with the tender

in NRS 39-2 schedule A and B format.

DESCRIPTION

MANUFACTURER

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

Item

11 A Surge Arrestor - 10kV /

10kA

11 B Mounting bracket

to fit cross arm

11 C Surge Arrestor - 36kV /

40kA

11 D Mounting bracket

to fit cross arm

Name of Manufacturer _______________

SANS Mark : Yes/No _______________

% Local content _______________

Delivery period _______________

11

11. SURGE ARRESTER– MEDIUM VOLTAGE (continue)

DROPOUT SURGE ARRESTORS shall comply to all the above electrical specifications.

DESCRIPTION

MANUFACTURER

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

Item

11 c

Dropout Surge Arrestor

11kV

to fit item 12 d

11 d

D/O Arrestor holding

bracket

to house item 12 c

11 e

D/O Arrestor Pole clamp

& bracket - Hot dipped

galvanised complete with

bolts, washers and nuts

Name of Manufacturer _______________

SANS Mark : Yes/No _______________

% Local content _______________

Delivery period _______________

12

13 A CLAMPS: U-BOLT TYPE CROSSBY CLAMP

U-bolt clamp, single grip, single saddle s-type to SANS 813 - 2008. Hot dipped

Galvanized drop forged base to SANS 121:2000/ISO 1461:1999. Rolled anodised u-bolt

threads to be preferred. U-bolt to handle a minimum torque as indicated in table. Similar

to ESKOM drawing D - DT 3025. Alternatives will be considered provided that full

technical literature and samples is supplied with the tender.

Item

13

DESCRIPTION

MAXIMUM

TORQUE (Nm)

MANUFAC-

TURER

ITEM

CODE

FIXED PRICE PER EACH FOR

YEAR:

GUARANTEED

YEAR 1

YEAR 2

YEAR 3

13 a 6 mm DIA

(15)

Name of Manufacturer _______________

SANS Mark : Yes/No _______________

% Local content _______________

Delivery period _______________

13

14 A CLAMPS: BOLTED TYPE CONNECTOR LUG

Hot dip galvanised u-bolted type connecting lug with 13 mm hole to clamp galvanized

stay wire and bolt to a 12mm bolt/stud for earthing purposes. To comply to SANS 61284:

1997/IEC 61284: 1997

Item

14

DESCRIPTION

MANUFACTURER

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

14 a

6 mm DIA

14 b

10 mm DIA

Name of Manufacturer _______________

SANS Mark : Yes/No _______________

% Local content _______________

Delivery period _______________

14

15. FUSE: DISTRIBUTION TYPE DROPOUT FUSE (OUTDOOR) 11 kV

Fuses shall be in accordance with NRS 035 - 2002. Fuses must be complete with

mounting bracket suitable for 135 - 159 DIA. cross arm as depicted on attached drawing

TS - 1 - 2. Preference will be given to Dearney type CX 360 – 22kV BIL 125kV.

Item

15

DESCRIPTION

MANUFACTURER

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

15 b

Fuse tube only (to fit CX

360)

15 c

Fuse tube only (to fit Karg

tipe)

15 d

Surge Proof Fuse tube

(DOC DPF – 50Hz )

15 e

Modification to clamp for

Dearney CX360 unit to

take item d)

Name of Manufacturer _______________

SANS Mark : Yes/No _______________

% Local content _______________

Delivery period _______________

15

30 A. TRANSMISSION POLES:

1. These poles shall be supplied complete with lightning spike, base plates will not be

required. In addition to the general standards transmission poles shall be designed to

provide the appropriate safety factors under the conditions as prescribed in the Machinery

and Occupational Safety Act.

2. To assist the Bidder in his calculations the following information is supplied.

- Mounting height of the conductors;

3. 4 x 16.4 mm DIA conductors mounted horizontally 215 mm above centre of top cross arm.

4. 4 x 9.4 mm DIA conductors mounted horizontally 215 mm above centre of bottom cross

arm.

- Weight of a single conductor.

16.4 mm DIA conductor = 290 kg/km

9.4 mm DIA conductor = 64 kg/km.

- Max tension in a single conductor after erection.

16.4 mm DIA conductor = 8 000 N.

9.4 mm DIA conductor = 2 000 N.

- Cross arm/s dimensions and clamping distances.

Dimensions = 1.07 m steel tubing, outside DIA = 70 mm

Weight = 5.5 kg.

Clamping distances from top of pole.

Top cross arm = 100 mm. Bottom cross arm = 400 mm

At a terminal pole a double cross arm is used.

- Dimensions and weight of insulators, pins, ext.

Pin Insulators: L = 120 mm W = 100 mm Weight = 1.75 kg

Spindle: Overall length = 285 mm. Length subjected to wind = 60 mm.

DIA = 20 mm. Weight = 1.04 kg.

Shackle insulators: L = 100 mm; W = 113 mm; Weight = 1.33 kg

Shackle straps: 2 x Straps/insulator, Dimensions = 250 mm x 50 mm x 50 mm

Weight = 1.95 kg/set.

- Planting depth and spacing of transmission poles.

Planting depth. 8.25 m Pole=1.4 m; 9.25 m Pole=1.5 m & 10.75 m Pole=1.7m

Span lengths = 40 m

Terminal poles: These poles shall be adequate to withstand all the forces acting

upon it when used in the following positions:

5. In terminal position at the end of a straight line, stayed by a single stay in line with the

transmission line.

6. In a 90 degree deviation position, stayed by two stays with each stay in line with one of

the transmission lines.

16

TRANSMISSION POLES :( continue)

Item

30 A

DESCRIPTION

MANUFACTURER

&

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

iv 9.25 m Terminal pole

vi 10.75 m Terminal pole

Name of Manufacturer _______________

SANS Mark: Yes/No _______________

% Local content _______________

Delivery period _______________

17

31. WOODEN POLES AND CROSS ARMS

These poles and crossarms shall be suitable for overhead transmission lines and shall be of

55 MPa/KN tested strength in accordance with SANS 754: 2007 in the sizes specified

unless otherwise specified. All poles shall be marked with the relevant tested breaking

strengths as required. Poles must be impregnated in accordance with SANS 1290: 2000.

The method of banding shall be galvanized nail plates, of a size which would cover at least

75% of the pole top area. The wire binding kown as "farmers knot" at top end of poles

and both ends in the case of the cross arm could be use as an alternative banding method.

Holes must be drilled into wood poles precisely and accurately as indicated on drawings

TS - 1 - 1 and TS - 1 - 2. All holes must be impregnated. The average pole-top DIAmeter

of any batch of poles supplied must be at least equal to the average pole-top DIAmeter as

specified and no poles with a DIAmeter less than the specified minimum DIAmeter will be

accepted.

Item

31 A

DESCRIPTION:

WOODEN

TRANSMISSION

POLES

MANUFACTURER

&

ITEM CODE

FIXED PRICE PER EACH FOR

YEAR:

YEAR 1

YEAR 2

YEAR 3

x

14 m - 160 to 180 mm

top diameter (55

MPA)

xi 14 m- 200 to 220 mm

top diameter (75 MPA)

18

33. 3 PHASE GANG-OPERATED LOAD BREAK SWITCH

The switch must be designed to be attached to a single pole structure and also for

operating by a linesman's portable insulated operating rod, with a downward movement

for both opening and closing. The switch must be supplied with all the necessary

equipment for attachment to a wooden pole. All iron parts to be galvanized as per SANS

121:2000/ISO 1461:1999 specification.

The switch shall be equipped with spring loaded wedge-type silver plated main contacts

biased to the open position as well as moving arch contacts.

The moving arc contacts must be enclosed by a moulded arc control device to precede full

load-breaking capacity.

Normal line voltage: 11/12 kV

Continuous current rating: 400 A

Short circuit capacity: 6 kA for 1 sec

Basic Impulse Level: 150 kV

Drawings of the switch offered must be submitted.

ITEM 33 FIXED PRICE PER UNIT (SA Rand only) PER YEAR

THREE PHASE GANG-OPERATED

LOAD BREAK SWITCH 11/22kV 400A

YEAR 1

YEAR 2

YEAR 3

Name of Manufacturer _______________

Manufacturers item code _______________

SANS Mark: Yes/No _______________

% Local content _______________

Delivery period _______________

19

34. THREE PHASE SECTIONALIZERS WITH SINGLE POLE MOUNTING

BRACKET

Sectionalizers must be of the electronic type with rating as tabled below and shall be in

accordance with NRS 036-3: 2004. Must be supplied with galvanized, single pole

mountable bracket/frame with provision for 6 lightning arresters, 3 on each side.

Galvanizing as per SANS 121:2000/ISO 1461:1999 specification.

Bidder must submit full specifications of type offered.

ITEM 34 A - 12 kV

SECTIONALISER Required Offered

Manufacturer item code / model

number

Operating phase to phase voltage (kV)

12

Current rating (A)

200

Phase Actuating current rating (A)

7

Ground Actuating current rating (A)

224

Fault current capacity (A) 1 sec

13 100

(at power source)

Rated impulse voltage

95

PRICE PER UNIT

(SA Rand only - with price

adjustment to SEIFSA tables)

FIXED PRICES PER UNIT

PER 12 MONTH TERM

(SA Rand only)

2014/2015 2015/2016 2016/2017

Name of Manufacturer _______________

SANS Mark: Yes/No _______________

% Local content _______________

Delivery period _______________

20

ITEM 34 B - 22 kV

SECTIONALISER Required Offered

Manufacturer item code / model

number

Operating phase to phase voltage

(kV)

12

Current rating (A)

200

Phase Actuating current rating (A)

7

Ground Actuating current rating (A)

224

Fault current capacity (A) 1 sec

13 100

(at power source)

Rated impulse voltage

95

PRICE PER UNIT (SA Rand only

- with price adjustment to SEIFSA

tables)

FIXED PRICES PER UNIT

PER 12 MONTH TERM

(SA Rand only)

YEAR 1

YEAR 2

YEAR 3

Name of Manufacturer _______________

SANS Mark: Yes/No _______________

% Local content _______________

Delivery period _______________

21

35. THREE PHASE AUTO-RECLOSERS

Auto Reclosers must have programmable protection and remote operation facilities.

Auto Reclosers must meet the requirements of NRS 036-2: 2004.

Must be supplied with galvanized, single pole mountable bracket/frame with provision for

6 lightning arresters, 3 on each side.

Bidder must submit full specifications of type offered and must complete the attached

schedule.

Full details of all available accessories must be supplied, as well as prices for all additional

items.

Item

35

DESCRIPTION:

THREE PHASE AUTO-

RECLOSERS

PRICE PER

UNIT

(SA Rand only

with price

adjustment

to SEIFSA

tables)

FIXED PRICES PER UNIT

PER 12 MONTH TERM

(SA Rand only)

YEAR 1

YEAR 2

YEAR 3

A AUTO – RECLOSER

B DIAGNOSTIC

PORTABLE

TEST SET

(if available)

C TEST CABLE

(if available)

D SECONDARY

VOLTAGE

INJECTION

INTERFACE SET

(if available)

E INPUT OUTPUT

EXPANDER CARD

(if available)

F FAST TRIP INPUT

MODULE

(if available)

Name of Manufacturer _________________________

Manufacturer item code

or model number offered _________________________

SANS Mark : Yes/No _______________

% Local content _______________

Delivery period in weeks _______________

22

SCHEDULE FOR AUTO-RECLOSERS

SCHEDULE A: CENTLEC REQUIREMENTS

SCHEDULE B: PARTICULARS OF EQUIPMENT TO BE SUPPLIED

4.1

4.1

4.1

5.1

4.1

1. SYSTEM CONDITIONS a) nominal system voltage (Un)

(r.m.s.) kV

b) maximum voltage (Um) (r.m.s)kV

c) system frequency Hz

d) number of phases

e) earthing

2. SERVICE CONDITIONS a) altitude m

b) ambient temperature ºC

minimum

maximum

maximum diurnal variation

c) pollution special requirements

d) lightning activity

3. GENERAL DETAILS OF

AUTO-RECLOSERS

Manufacturer

Type designation

Place of manufacture

Applicable standards ANSI/IEEE

C37.60-1981, and IEC 56

Type of recloser (arc

extinguishing medium)

Rated requirements

a) nominal voltage kV

b) load current A

Short circuit breaking capacity

3 s kA

1 s kA

11

12

50

3

effective and

non-effective

Refer to table 1

on page 3

vacuum or

SF6

11

400

12

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

xxxxxxxxx

__________

__________

__________

__________

__________

__________

__________

__________

__________

__________

23

4.3

5.

4.1

4.5

5.6

4.1

4.6.5(c)

6. BUSHINGS Materials

-Porcelain or

-Cast resin or

-Polymer

Terminals

-Alternative if not as specified in 4.3

7. INSULATION AND

CLEARANCES

Minimum lightning impulse wave

(1,2/50) withstand voltage to earth

at sea level Wave crest value kV

Power frequency (50 Hz) wet

withstand voltage to earth at sea

level kV

Creepage distance to earth for

medium pollution i.r.o. 11 kV/22kV

8. ELECTRICAL CLEARANCES

Between phases mm

Between phase and earth mm

9. CONTROL CABINET

Terminals:

Make

Type

Length of interconnecting cable if

longer than 3 m

10. PROTECTION

Remote control specification

applicable

NOTE - purchaser's proprietary

specification

Current inrush restraint

description

Yes

No

No

xxxxxxxxx

95

28

240 mm

xxxxxxxxxx

xxxxxxxxxx

Klippon

RSF1

3m

N/A

xxxxxxxxxx

__________

__________

__________

__________

__________

__________

__________

__________

__________

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

__________

24

4.7

4.7.2

4.7.3

4.6

4.6.5(d)

4.6.5(j)

4.8

4.8.8

4.8.9

4.2

4.9

4.9(a)

11. OPERATION SELECTIONS

Dead time

Adjustable

Adjustable limits in steps for first

reclosure s

Subsequent reclosures s

Reclaim time adjustable s

Sensitive earth fault description

Sensitive earth fault filter

description

Adjustable time delay in 1 s steps s

12. CONTROLS AND INDICATIONS

Number of occurrences available

Are communication facilities

available?

13. CURRENT TRANSFORMER

Class

Ratio

Burden V.A

14. VOLTAGE TRANSFORMER

Class

Ratio

Burden V.A

15. MISCELLANEOUS INFORMATION

Mass of

AR kg

Control cabinet and cable kg

Mounting hardware kg

Auxiliary power requirements, e.g.

battery only, battery/battery

charger, etc

If from an internal battery

a) life expectancy of battery

Yes

instantaneous to

2

2 to 60

5 to 180

xxxxxxxxxx

xxxxxxxxxx

3 to 25

xxxxxxxxxx

xxxxxxxxxx

10P10/5P20

600/1

10

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

__________

__________

__________

__________

__________

__________

__________

__________

Yes/No

___________

___________

___________

___________

___________

___________

_________

__________

__________

_________

__________

__________

25

4.12(d)

4.8.2

4.12(d)

4.12(e)

4.12(g)

4.12(h)

5.

5.1.1

(b) number of breaker operations

available without battery

recharging

Maintenance intervals expressed

as number of operations versus

percentage of interrupting rating

Personal computer hardware requirements

Software requirements

Is a Diagnostic portable test set available? If YES,

give details

Method of changing protection settings

Details of technical back-up

facilities available

16. TEST DETAILS TO BE PROVIDED Interrupting performance

a) automatic operation

b) manual operation

c) operating duty

d) making current A

e) minimum tripping current A

f) insulation (dielectric test) ohm

g) radio interference voltage µV

h) temperature rise

j) mechanical operations

k) control equipment surge withstand kV

Number of copies of type test certificates required

Report of the computer-driven protection operational

characteristics testing is required

Number of copies of documentation required

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

xxxxxxxxxx

TWO

YES

TWO

___________

___________

___________

___________

___________

YES/NO

___________

___________

___________

___________

___________

___________

___________

___________

___________

___________

___________

YES/NO

___________

xxxxxxxxxxx

___________

xxxxxxxxxxx

26

ALTERNATIVE OFFERS

Should the Bidder have any alternative offer for any of the items as described in the schedules, these

can be stated below:

ITEM

DESCRIPTION

OF ITEM

ALTERNATIVE

OFFER

PRICE

BIDDER'S REMARK

27

36. EVALUATION CRITERIA

All proposals submitted will be evaluated in accordance with the criteria set out in the policy of Supply Chain Management of the Entity.

The most suitable candidate will then be selected. Please take note that CENTLEC (SOC) Ltd is not bound to select any of the bidders submitting proposals.

Furthermore, technical competence is the principal selection criteria, CENTLEC (SOC) Ltd

will evaluate the technical criteria first, and will only look at the price and BBBEE level of contribution if it is satisfied with the technical evaluation. As a result of this, CENTLEC (SOC) Ltd does not bind itself in any way to select the bidder offering the lowest price.

The relative specific goal criteria are as follows

No. Criteria Description Points

1. Track record and experience

Have they provided these services in the last four years? A maximum of 3 reference letters of confirmation is required. Two (2) letter = 10 points; Three (3) letters = 20 points and

20

2. Local (Mangaung) operational capability and economic investment

Does the bidder have a local office = 10 with operational capability and will they use local resources = 10 and procure from local businesses =10

30

3.

Quality and compliance to SANS requirements as specified in the technical specifications

Proof of quality and compliance to SANS requirements as specified in the technical specifications.

30

4.

Percentage of the work given to the SMMEs

Proof of local subcontractor support? 25% of work allocated to subcontractor = 20 points 15% of work allocated to subcontractor = 15 points 10% of work allocated to subcontractor = 10 points

20

TOTAL 100

Evaluation criteria

A bidder who gets a minimum of 60 points and above on will qualify to the next stage. Individual tenders would have to be evaluated according to the preferential point system. The bidder must score minimum points as follows: Item 1: 10 points Item 2: 10 points Item 3: 30 points Item 4: 10 points; in the Evaluation Criteria. The point system applicable to this project will be: 90/10

28

36.1 PRICE AND REFERENTIAL POINTS SCORING – STAGE 2 Bid Scoring on Price and BBBEE

All Bidders that have passed the technical evaluation threshold of 60 points will be scored based the 90/10 principle where 90 Points is for price and 10 points for BBBEE as per the detail given below 36.2 POINTS AWARDED FOR PRICE A Maximum of 90 Points is allocated for price on the following basis:

Where Ps = Points Scored for comparative price of bid under consideration Pt = Comparative Price of bid under consideration Pmln = Comparative Price of lowest acceptable bid 36.3 Points awarded for BBBEE Status Level of Contribution

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)

Number of Points (80/20 System)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-Compliant Contributor

0 0

90 points for Price 10 points for BBEEE certificate from accredited verification agencies. On request, the service provider will be expected to present their proposals to the evaluation committee which will then be compulsory.

29

37. Contact information 37.1 For any further technical information regarding the document contents please contact Mr Andre

Oelofse e-mail: [email protected]. Such queries must be done in writing, the email address provided serves this purpose. The answer to one question will be sent to all the other prospective bidders that have bought the bid documents.

37.2 For telephonic enquiries Mr Andre Oelofse can be contacted at 051 409 2290. Please note that

that telephonic enquiries that are about the document contents will not be entertained as they may prejudice other prospective bidders that have bought the bid documents.

37.3 For Supply Chain Related questions, Please contact Mr. Allistair Marais at 051 412 2622 or at

[email protected].