88

This tender addendum and clarification forms part of the ... · This tender addendum and clarification forms part of the Request for Proposal and Contract documents, and modifies

Embed Size (px)

Citation preview

2 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

This tender addendum and clarification forms part of the Request for Proposal and Contract documents, and modifies them as follows:

I. ADDENDUMS 1. The deadline for bids submission (Tanzania & Kenya) is extended to:

Date: 21 October 2015.

Time: 10.00 a.m. East Africa Time.

2. Revised Price Schedules:

This Addendum includes revised Price Schedules for Lot T1, T2, T3 & K1

II. CLARIFICATIONS

3 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

1 Part-1

bidding

procedure

Section III.

Evaluation

and

Qualificatio

n

Criteria

2.4.2 (a)

Specific

Experience

We would like to know the length of the contract

can be calculated as total length for the number of

the contract or the length should be applied for each

contract. For example, we would like to join the

projects for 3 Lots of Tanzania Side

The length is applied for each

contract.

2 Part-1

bidding

procedure

Section III.

Evaluation

and

Qualificatio

n

Criteria

2.4.2 (a)

Specific

Experience

We have 8 contracts experience and the total length

for 8 contracts is over 600KM, but the length for

each contract is below 600KM.

Are we qualified for 3 LOTS or not?

Note that the requirement is

very clear. Each contract

length should be 600 km.

3 We want to confirm that whether it will be a

conflict of interest when two subsidiaries under the

same group attend the bidding for the different lots.

This will be treated as per the

bidding document Section 1

ITB Clause 4 Eligible Bidders

sub section 4.3 a to g

4 As per

Section VI

Tech Spec

Min. Ground clearance is 10m as per Page 64 of

Section VI However as per line diagram drawing no

010REV-2 clearance from normal ground is 8.10m.

Please clarify

Schedule of technical

guaranteed characteristics

prevail.

5 Employers

requirement

TS-1

As per

clause 5.4

"At every day temperature in still air in any span

earth conductor sag shall be 10% less than the line

conductor sag". However as per item 3 of technical

schedule earth wire sag compared to conductor sag

at 25° C shall be less by 5%. Please clarify

Schedule of technical

guaranteed characteristics

prevail.

6 As per

clause 5.11

of

Employers

requirement

TS-2

Member design shall be as per ASCE 10-97.

However as per technical schedule item no 5,

permissible stress in members shall be as per EN-

1993-1-1 and EN-50341-1-J. Please confirm

Confirmed.

4 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

7 Please confirm if partial factor of material strength

as per item no 2 of technical schedule shall be

applied separately for design of each component.

The design philosophy shall be

based on the limit state concept

applied in conjunction with the

partial factor method. The

loads shall be multiplied by the

load factors (normal and

exceptional load cases),

whereas the resistances (for

foundations concrete,

reinforced steel, soil

properties) shall be divided by

the material factors.

8 Please confirm partial factor of safety for material

as per item no -2 of technical schedule for soil

properties of suspension and tension tower

foundation design shall be applied to all soil

properties such as density, Bearing capacity and

Angle of Repose.

Refer to response in Qn.7.

9 As per

appendix-B

As per appendix-B simultaneous unbalance loading

condition suspension tower is required to be

designed for cascade collapse condition with 70%

of EDT (20% of UTS) at all attachment points.

Please note that this will result in very heavy design

of suspension tower and this is not standard design

practice in industry. Please confirm.

Not confirmed. Comply to the

respective technical

specifications.

10 As per

appendix-B

As per appendix-B simultaneous unbalance loading

condition shall be taken at EDT which is 20% of

ultimate tensile strength. Please confirm for

unbalanced loading condition wind on wires,

insulator and structures to be taken as Nil.

CLARIFICATION: This lies in the scope of design

which is the responsibility of EPC contractor.

However, the conductor, earthwire and OPGW

tensions to be applied shall be the maximum ones

(under maximum wind conditions).

Furthermore: The conductor shall be strung with

consideration of the following maximum tension/

stress criteria:

-Every day tension condition:

5 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

At the yearly average temperature (25°C), with no

wind, the final horizontal tension/ stress shall not

exceed 18 % of the calculated breaking load/ stress or

of the minimum guaranteed breaking load/ stress

indicated by the manufacturer.

-Maximum load condition:

At the minimum temperature (10°C) with maximum

design wind load, the final horizontal tension/stress

shall not exceed 50 % of the calculated breaking

load/stress or of the minimum guaranteed breaking

load/stress indicated by the manufacturer.

The conductor shall have, within the adopted limit

state design method, the following partial safety

factors:

-partial safety factor for actions γF: 1.30

-partial material safety factor γM: 1.55

This is equivalent to a limitation to 50 % of the

breaking load within the classical global safety factor

method.

NOTE: The Bidder shall supply for the conductor

stringing data (initial and final) calculated for

different line spans in a chart or tabular form, sag and

tensions for the temperatures between 10° - 85º C.

11 As per line

diagram

drawing no

010 REV-2

Live metal clearance values given in item no 3 of

technical schedule are different from the live metal

clearances shown in line diagram with drawing no

010 REV-2. Please confirm correct values.

Schedule of technical

guaranteed characteristics

prevail.

Take note of the notice on each

drawing," This drawing should

not be used for construction

purposes. It is for guidance of

Bidders only as to the scope of

work involved." Follow and

6 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

use the specifications given in

the Technical Schedule.

12 As per line

diagram

drawing no

010 REV-2

Shield angle as per Item no 3 of technical schedule

is 15°. However shield angle as per line diagram

with drawing no 010 REV-2 is 10°. Please confirm

correct value.

Schedule of technical

guaranteed characteristics

prevail.

13 As per line

diagram

drawing no

010 REV-2

As per line diagram with drawing no 010 REV-2

phase consist of 3 sub conductors per phase. Please

confirm the correct value

The transmission line shall be

built with twin conductors

double circuit three (3) Phases

using 2 BLUEJAY per phase

(ASCR – 45/7 wires)

14 As per line

diagram

drawing no

010 REV-2

As per line diagram with drawing no 010 REV-2,

Provision for clearance allowance is shown for man

climbing the tower. Please confirm the value of

such allowance. Also clearance allowance for man

climbing tower is not required for heavy swing of

insulator under full wind load. Please confirm

Refer to response in Qn.4.

15 As per line

diagram

drawing no

010 REV-2

As per line diagram drawing no 010 REV-2

projection of middle cross arm (View C-C) is more

than projection of bottom cross arm (View B-B).

Such type of arrangement is generally adopted for

snowy area where there is possibility of snow

accumulation of conductor. However there is no

possibility of snow in area of present line. Please

confirm

Refer to Technical Schedule of

Guaranteed Characteristics.

Also, It is the bidder's

assignment to find the most

effective design based on

conceptual design.

16 As per line

diagram

drawing no

010 REV-2

Please confirm if tower dimensions shown in line

diagram with drawing no 010 REV-2 is minimum

dimension to be maintained.

Refer to response in Qn.15.

17 Part-1

bidding

procedure

Section III,

Evaluation

&

Qualificatio

n criteria

Clause

2.4.2

Specific

Experience

The requirement stated under Clause 2.4.2 Specific

Experience (a) of Section III, Evaluation &

Qualification criteria is to be fulfilled by each

partner of Joint Venture, Consortium or

Association. We presume that this is a

typographical error and actual requirement should

Confirmed. Combined Joint

Venture must meet the

requirement. However the

member of consortium who

provide information for

qualifications must be involved

In the case of JV,

All partners

combined must

meet stated

qualification

requirements

7 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

be met by All partners combined. in actual implementation of the

project.

18 Part-1

bidding

procedure

Section III.

Evaluation

and

Qualificatio

n

Criteria

2.4.2 (a)

Specific

Experience,

Page 23

We sincerely feel that above condition is diluting

the entire purpose of JV partnership where it is

expected to bring the JV partner to meet the

“Specific Construction Experience 2.4.2a by all

members combined” instead of meeting by “each

JV partner” as mentioned in the tender document.

Please change it, that it should be meet by “all

members combined” in case of JV and NOT by

“each member” of JV.

Refer to response in Qn. 17

19 Our understating is, Bidders can use the Specific

Experience of it’s Parent Company and Subsidiary

Companies of Parent Company. Please confirm

that, our Understanding is Correct.

Refer response No.3

20 clause

2.2.1

Our Understanding about the clause 2.2.1 History of

nonperforming contracts which has mentioned that

“ the Bidder has been awarded contract/s in East

Africa Region (Tanzania, Kenya, Uganda, Rwanda

and Burundi), the bidder should demonstrate that at

least 60% of the planned execution (that should

have been achieved at the time of submission of the

bid) has been achieved” is applicable to only

“relevant projects such Transmission &

Distribution” and not with other projects such as

Highways, Dams etc. Please conform that, our

understanding is correct.

No. The evaluation criteria

refers to any non performing

contracts.

21 Specific

Experience

clause 2.4.2

a and b

Please consider the Specific Experience (clause

2.4.2 a and b) within the last 10years instead of

current 07years, this would be similar to general

experience (clause 2.4.1) which has mentioned 1

years.

Not Considered. Comply with

evaluation criteria.

8 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

22 Specific

Requiremen

ts

clause 2.4.2

a and b

Please modify the Specific Requirements (clause

2.4.2 a & b) as cumulative of 300+KM multiple

contracts, instead of each 150+KM of two(2)

contracts.

Comply with evaluation

criteria.

23 The corresponding quantity is 2 footing in “All

tower types chimney extension below ground (-

foundation deeper) or cap extension above ground

(+ tower elevated) Cl. 1 zero level ± 0,5m”of

table“Foundation Class 1”in “4-1Section IV 6a_TS-

3_Schedule Rates and Prices_K1 Final

23.06.2015”,does it mean the two footings of a

foundation or the two foundations is 0.5m above the

foundation ?What does “±”mean?

Refer to employer's

requirement."+" means

chimney extension above

ground level or cap extension

(+tower elevated) and "-

"means chimney extension

below ground level (-

foundation deeper).

24 Section VI -

2

Employer's

Requiremen

t-TS-1

clause 1.7

of “6-2

Is the wind speed 28.3m/s given in clause 1.7 of “6-

2Section VI -2 Employer's Requirement-TS-1_Lot

T1-T2-T3 K1 Final 23.06.2015”the gust wind

speed or average wind speed?

The reference wind speed is a

10minutes mean value.

Consequently, the gust factor

has to be applied as per

formula for wind on conductor

(EN 50341-1, chapter

4.2.2.4.1) on page 48.

25 The earth wire protection angle is 10°in drawing

“010 REV.2”of “6-5 Section VI-_Drawings

Final”,which is not correspondent with the

description “Suspension towers 0° to 15° ”in “5.6

Conductor spacing and clearances ”of “6-2Section

VI -2 Employer's Requirement-TS-1_Lot T1-T2-T3

K1 Final”,which one is correct?

The shielding angle of

protection shall be 15° for both

OPGW and Earthwire.

26 Item h in “16.1.2.1 Drawings” of “6-2Section VI -2

Employer's Requirement-TS-1_Lot T1-T2-T3 K1

Final 23.06.2015”,please offer plain layout of Isinya

substation, otherwise we can’t prepare incoming

and outgoing line drawing.

To be provided during

implementation

9 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

27 Is the value 1.9 in “Soil property at suspension

towers ”of “6-3 Section VI-3 ER Schedules

Guaranteed Data T1-T2-T3-K1 Final 23.06”the

foundation safety coefficient or soil coefficient? if it

is soil coefficient, what is its function?

Refer to response in Qn.7.

28 The tower quantity is calculated as per table

Foundation Class in “4-1Section IV 6a_TS-

3_Schedule Rates and Prices_K1 Final

23.06.2015”,which is not correspondent with that in

STEEL TOWERS. For example:

TOWER Foundation Class ∑

1 2 3 4 4w 5 5w 6

Type 400S Tower 5 64 101 27 20 8 1 8

234

The quantity of Type 400S Tower is 234 according

to the table above, but it is 213 towers in table

STEEL TOWERS, they are not correspondent with

each other, please confirm which one is correct?

Revised price schedule is

provided.

29 We refer to PC 1.11.2(a) of your bid documents,

“Contractor shall acquire…written consent by

private land owners for right of passage”. Our

question is: By “right of passage”, do you mean

access road to the site?

The referred clause is not

correct. However, employer

will furnish all payments for

Project Affected People

(PAPs) to clear the Right of

Way (RoW). The Contractor's

job shall be route bush clearing

and preparation of access

roads.

10 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

30 Is withholding tax “corporate income tax” withheld

by employer and paid to tax revenue authority on

behalf of the Contractor? Is it only applicable to the

on-shore portion (Kenya Shilling) of the contract

price amount? What is the percentage of

withholding tax?

CLARIFICATION: Yes ,WHT is corporate income

tax withheld by the employer and paid to the revenue

authority on behalf of the contractor. The applicable

WHT rates are as shown below:

Non-resident WHT tax rate on management,

consultancy, professional and contractual fees is 20%.

Special non-resident rates are applicable for countries

which have Double Taxation Agreements i.e.

United Kingdom 12.5%, Germany and Canada 15%

and India 17.5%.

Resident WHT rates are;

5% on management, consultancy and professional

fees and 3% on contractual fees.

The resident WHT rates are applicable for resident

and persons with a permanent establishment in

Kenya.

Part 1 of CAP 470 defines a ‘’permanent

establishment’’ as a fixed place of business and

includes a place of management, a branch, an office, a

factory, a workshop, and a mine, an oil or gas well, a

quarry or any other place of extraction of natural

resources, a building site, or a construction or

installation project which has existed for six months

or more. WHT is applicable on both onshore and

offshore portion.

11 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

31 We refer to BDS ITB 16.2: ”In the case of a Bidder

who offers to supply and install major items of

supply under the contract that the Bidder did not

manufacture or otherwise produce, the Bidder shall

provide the Manufacturer’s Authorization, using the

form provided in Section IV for the following

components:-

Reinforcement.”

Our question is: What do you mean by

“reinforcement” here? Do you mean “iron rods”

that are used in reinforcement concrete?

“Reinforcements” are High

Tensile Steels.

Yes. This means all (steel)

reinforcement used in

concreting works.

32 4. Do we have to design according to the towers

spans and the loads given in 6-5 Section VI-

_Drawings Final 23.06.2015? Can we optimize

them?

The tower family shall be

designed for a nominal span of

400m. Also, refer to response

in Item No.15 for tower design.

Follow the Specification

33 Are tower quantity include Foundation Class 4W in

table Foundation Class 4 of “4-1Section IV 6a_TS-

3_Schedule Rates and Prices_K1 Final

23.06.2015”?for example,the tower quantity of

Type 400S Tower is 27 in Foundation Class 4,but it

is 20 of Type 400S Tower in Foundation Class

4W,is the 20 included in 27?or they are calculated

respectively?

Each foundation class has its

own number of 400S tower as

per price schedule.

34 In “APPENDIX D - FOUNDATION DESIGN

PARTICULARS”of “6-2Section VI -2 Employer's

Requirement-TS-1_Lot T1-T2-T3 K1 Final

23.06.2015”, class 1 rock anchor foundation is

given.

Our question is: Can you provide the shearing

strength?

In all classes of soil, Cleats

shall be capable of transferring

100 % of the design uplift and

compression load by shearing,

bonding and compressive

resistance. Further it is

responsibility of the contractor

to design acceptable

foundation design and perform

insitu foundation test as

specified in a bid document.

12 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

35 Right of way

We have seen that the right-of way and

compensation are inside the scope of works of the

project (6-1 Section VI-1 Employer's Requirement

GTS-1_Lot T1-T2-T3 & K1) but on the other hand,

in 6-2 Section VI-2 Employer's Reguirement

TS1_lot T1-T2-T3&K1 it is said that this will be

privided by Employer. Could you please clarify whi

will bear with the management and the

compensation for the ROW, the Employer or the

Contractor?

Employer will bear with the

management and compensation

for the RoW.

36 Submittal of the Bids

We have seen in the ITB 11.1, that Bidders must

submit individual and separate Bids for each Lot in

order to optimize the preparation of the tenders'

package, could we send two package, one for

Kenya and one for Tanzania, grouping together the

documents that are common to different lots

T1,T2,T3 (manufacturers documentation, bidder

information sheets financial states, experience, etc)?

Bidders must submit individual

and separate Bids for for

Kenya and Tanzania each Lot

as per ITB 11.1.

Bidders must

submit individual

and separate Bids

for each Country in

accordance with

ITB clause 21.1.

37 Referring to Section III, Evaluation and

Qualification Criteria, Subfactor 2.4.2 a) Would you

please clarify the a.m. requirements for the case of

JV, Consortium or Assosiation i.e. Does the all

partners must meet stated qualification requirements

( two similar contracts 330 kV and above, 150 km

each, within last 7 years).

Refer to response in Item

Qn.21.

38 Referring to Section III, Evaluation and

Qualification Criteria would you please confirm if

the Bidder qualified for one lot for Tanzania part

can submit Bid for all three lots in order to be

awarded one lot only in case of being most

successful Bider for that lot.

Confirmed.

13 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

39 Referring to Section III, Evaluation and

Qualification Criteria would you please confirm if

the Bidder have to provide any qualification or

other documents for local works sub-contractors.

We understand that local works sub-contractors will

be nominated and their qualification documents

submitted for approval during contract negotiation

stage (before signing of the contract)

Confirmed. Bidders may

submit qualification documents

for local subcontractors that

comply with the requirements

in the bid document. However

the final list of local

subcontractor will be

confirmed during contract

negotiations.

40 Referring to the Section II, Bid Data Sheet, ITB

11.1 would you please confirm if the Bidder

qualified for one lot for Tanzania part can provide

one set of Technical Bid documents for all three lots

and Financial Offer for each lot separately.

. Confirmed

41 Referring to the Section II, Bid Data Sheet, ITB

11.1(j) related to Type Test Reports would you

please clarify or confirm if the testing materials and

equipment in Type Test Reports are to be same or

similar to those offered.

Confirmed. However take note

that all material to be offered

during project implementation

will be type tested as specified

in bids.

42 Referring to the Section II, Bid Data Sheet, ITB

16.2 would you please confirm if the Bidder have

to provide for item 6. Reinforcement Manufacturer

Authorisation only or have to provide other

qualification documents, too.

Any Information to Confirm

the Capability and Quality

assurance of the proposed

supplier for reinforcement

43 Referring to the Section II, Bid Data Sheet, ITB

19.1 would you please confirm if the Bidder may

provide a Bid Security issued by the reputable and

first class European bank without local commercial

bank counterguarantee.

No. All Bid Security must be

counter guaranteed localy..

Comply to ITB 19.1: The

unconditional guarantee is

issued by company located

outside the Employer’s

Country, the issuer shall have a

correspondent financial

14 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

institution located in the

Employer’s Country to make it

enforceable

44 Referring to the Section IV, Bidding Forms, Others

– Commercial or contractual aspects of the bidding

documents that the Bidder would like to discuss

with the Employer during clarification ( page19)

would you please clarify or confirm if this form is

applicable for subject tender.

Not applicable for Single stage

Bidding procedure

45 Referring to the Section IX, Contract forms,

Appendix 1. Terms and Procedures of Payment

Schedule no. 1. Plant and equipment supplied from

abroad, would you please clarify or confirm if the

Terms of Payment for this schedule may be

adjusted to be the same as for Schedule no. 2. Plant

and equipment supplied from abroad within the

Employer country and Schedule no. 4. Installation

services i.e. Plant and equipment supplied from

abroad to be paid 20 % Advance payment + 70 %

of CIP amount + 5% against Completion

Certificate and 5% against Operational Acceptance

Certificate.

Not Confirmed. Terms remain

as described in the Section IX,

Contract forms, Appendix 1.

Payment Terms

Shall be as per the

per Section IX

Contract form

Appendix 1 Terms

and Procedures of

Payment of the

Standard Bidding

document of

Standard Bidding

Document for

Procurement of

Plant Design,

Supply, and

Installation

AFRICAN

DEVELOPMENT

BANK September

2010, revised July

2012. With advance

payment 20%. for

Schedule No. 1.

Plant and

Equipment

Supplied from

Abroad: Other

15 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

conditions remain

unchanged will

remain as per the

bidding document.

The Payment from

the African

Development

Fund(ADF) and

Japan International

Cooperation

Agency (JICA)

will be made

through direct

payment to the

contractor’s

account. No Letter

of credit will be

opened.

46 In the Schedule of Prices, in excel file provided

within tender documents, we found out that when

entering the unit prices on some items we are

obtaining incorrect results in the total price for the

same item (due to the quantities calculated in

decimale numbers and shown in Price Schedules in

full numbers):

- Schedule 1. most of items 4.0 Steel Towers

( 4.1.2., 4.1.3., 4.1.4. etc. )

- Schedule 1. lot of items of other

materials/equipment, too.

- Similar is in other Schedules.

Also, in Grand Summary Schedule (Schedule 5)

– Total price in local currency is connected to Total

price in foreign currency

Would you please clarify or instruct the Bidders

accordingly.

Use the rounded off figures up

to 2 decimal places. Total

prices for different currency

should be in the same column

16 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

47 Referring to Section VI ( Part 2 ), Work

Requirements in item 5.10 Partial Safatey factors

are mentioned to the different loads ( see table of

factors) and strength factors for material. In item

5.11 Tower design standrad ASCE10-97 is

recomended design code but his standard do not

contain / recognize partial safety factors Would

you be so kind to clarify or instruct accordingly.

Refer to response in Qn.7.

48 Referring to Section VI ( Part 2 ), Work

Requirements in item 5.2 and in Price Shedules :

body extensions from -3m to +16m in steps of 1.

5m and leg extensions from 0.5m to 10.5 m in steps

of 0.5m – are required .In Tower Outline (from

Tender documentation) we can see body extension

of 4.5 m and leg extension from -3 to +4,5m in step

of 1.5 m.

Step of increasing for Body extension from 1.5 m

and step of increasing for Leg extension from 0.5 m

are not usual for Towers of 400 kV.

Please confirm or clarify this.

Not Confirmed. Price

Schedules shall Prevail.

49 Referring to the Conductors technical requirements

please provide us with bundle conductor distance /

spacing as we did not find this data in the

corressponding technical requirements and

schedules. Some data are given in tender drawings (

460 mm ) but we are not sure can we use it or not.

Please clarify or confirm .

Confirmed. You may use

460mm as specified in the

drawing.

17 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

50 Part 2 Section VI Item 4.1.1. Insulator

type 1

Referring to Section VI ( Part 2 ), Item 4.1.1.

Insulator type 1. (Glass insulator) shall be used for

Lots T1, T2 and T3 while composite insulator shall

be used for Lot K1 . In the Price Schedules 1. for

Lot K1, Item 6.0. is stated that Insulator type

1.(Glass insulator) is included in Insulator sets .

Please clarify or confirm .

Insulator type 2 (Composite

insulator) shall be used for Lot

K1 Kenya only

51 Part 2 Section VI

Technical

Schedules

Item 7.1.

page 149

and 150

Referring to Section VI ( Part 2 ), Technical

Schedules, Item 7.1. page 149 and 150, Glass

insulator U120 BS is requested for suspension and

tension strings with 27 units for suspension string

and 29 units for tension string . With a.m. number

of units is not possible to meet requirements related

to specific minimum creepage distance of 25

mm/kV.Please clarify or confirm.

Comply with specifications as

per Part 2: Work

Requirements-Lot T1-T2-T3 &

K1 in Section 4: Insulators and

Fittings. It is necessary to

comply to creepage distance

52 Part 2 Section VI

Technical

Schedules

Item 6.2.

page 143

Referring to Section VI ( Part 2 ), Technical

Schedules, Item 6.2. page 143 , Earthwire type

ACSR 95/55 is required while in Price Schedule,

Item 8.03. , 9.72, 9.76 etc. Earthwire type GSW 70

( GSW 70-11 mm) is stated. Please clarify or

confirm.

Type error. Revised price

schedule is provided.

53 Part 2 Section VI

Technical

Schedules

clause no.

5.10 pg. 67

As per Section VI Technical Specification clause

no. 5.10 pg. 67, Strength factor for Steel bolts of

Tower connection is given as 1.15. But, as per

Technical Schedules of Guaranteed Characteristics

(GTP) TS-2, pg. 133, Partial factors for material

strength required for Bolts is 1.25. Please clarify.

Technical Schedules of

Guaranteed Characteristics

Prevail.

54 Part 2 Section VI

Technical

Schedules

clause. no.

5.4 / 11.5,

pg. no. 61 /

102

As per Section VI Technical Specification clause.

no. 5.4 / 11.5, pg. no. 61 / 102 , Earth wire

conductor sag shall be approximately 10 per cent

less than the line conductor sag. But, as per Tech.

Schedules of Guaranteed Characteristics (GTP) TS-

2, pg. no. 135, Earth wire sag, compared to the

conductor sag at 25⁰ for the nominal span is

required to be 5% less. Please clarify.

Technical Schedules of

Guaranteed Characteristics

Prevail.

18 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

55 Part 2 Section VI

Technical

Schedules

clause. no.

7.3, pg. no.

78

As per Section VI Technical Specification clause.

no. 7.3, pg. no. 78, , Minimum Diameter of Bolt

shall be 12mm. But, As per Tech. Schedules of

Guaranteed Characteristics (GTP) TS-2, pg. no.

137, Minimum Diameter of Bolt required is 16mm.

Please confirm.

Technical Schedules of

Guaranteed Characteristics

Prevail.

56 Part 2 Section VI

Drawings

As per Section VI (Part –C) Drawings, the drawings

show Outline Drawings of Tower wherein

Electrical clearance and Body / Leg extension

requirements are totally different compared to the

values given in GTP. We are following all values as

per GTP. Please confirm.

Refer to response in Item

No.48.

57 Part 2 Section VI

Technical

Schedules

clause. no.

3.2, pg. no.

44

As per Section VI Technical Specification clause.

no. 3.2, pg. no. 44, Code EN 50341-1 is mentioned

for General Requirements –Common Specification.

We consider the same as Latest Standard with year

2012. Please confirm.

EN50341-1:2001 and 2012.

58 Part 2 Section VI

Tech.

Schedules of

Guaranteed

Characteristi

cs (GTP)

TS-2

PG. NO.

131

In Tech. Schedules of Guaranteed Characteristics

(GTP) TS-2, PG. NO. 131, Basic wind speed is

given as 28m/s. We consider this wind speed as

Vb0 as per EN 50341-1-2012, which is 10 minute

mean velocity at 10m above Ground level. Please

confirm.

Similarly, for calculation of Wind pressure, we are

considering Terrain category – II & return period 50

years. Please confirm.

Confirmed.

Refer to response in Item No:

24

19 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

59 Part 2 Section VI

Tech.

Schedules of

Guaranteed

Characteristi

cs (GTP)

TS-2

PG. NO.

134

As per Tech. Schedules of Guaranteed

Characteristics (GTP) TS-2, PG. NO. 134 partial

factors for material strength are given as follows-

Reinforcement steel for concrete foundations

Factor 1.2 ,

Foundation in-situ cast concrete structure

Factor 1.5

Soil property at Suspension Tower

Factor 1.9,

Soil property at Angle Tower

Factor 2.15

From the above we presume that if density of soil=x

, Angle of repose=y & Bearing capacity =z , then

the

following parameters are to be considered for

calculating ultimate capacity of foundation .

Suspension tower

Tension Tower

Density of soil x/1.9

x/2.15

Angle of repose y

y

Bearing capacity z/1.9

z/2.15

Please confirm our understanding is correct or not.

Comply to the technical

Specifications.

20 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

60 Price

Schedule

Quantity of Leg Extensions in Price Schedule is

given for the range of 0.5m to 10.5m in step of

0.5m. Total quantity of these Leg Extensions does

not match with Basic Tower Body quantity. e.g. For

Lot K-1, T.T. 400S Basic Tower Body is 213 nos.,

so total quantity of Leg Extensions should be 213 x

4 = 852 nos. But, total of Leg Extension quantities

from 0.5m to 10.5m Leg Extension is 241. That

means the remaining quantity shall be either for 0m

Leg extension or the total quantity for Leg

Extension given in price schedule shall be corrected

to 852. If the remaining quantity as per the above

explanation is for 0m Leg Extension, then the same

should be included in the Price Schedule. Please

clarify.

Refer to the revised Price

Schedule.The remaining

quantity is for ±0m Leg

extension.

61 Price

Schedule

In Price Schedule, Quantity for 0m Body Extension

is missing. Please Provide.

0m body extensions

correspond to Basic tower

body.

62 Part 2-

Technical

Specificati

ons

Section VI Clause 5.15

page 70

With reference to this clause the sphere shall be

coloured International Orange. However GTP's 9.2

page 163 calls for International Red & white. Please

clarify

Technical Schedules of

Guaranteed Characteristics

Prevail.

International Red & white.

63 Part 1-

Evaluation

&

Qualificati

on Criteria

Section III Clause 2.7,

page 11&

28

Item 9

Insulator &

Insulator

fittings

In this clause minimum criteria is given for

Insulator only. Please arrange to send us the

minimum criteria for Insulator fittings

Criteria apply to both Insulator

and Insulator Fittings.

64 Part 1-

Evaluation

&

Qualificati

on Criteria

Section III Clause 2.7,

page

12&30

Sub-

Contractors

For local works the contractor shall propose atleast

1 subcontractor for electro-mechanical works from

Employers country with class One contractor

license. Please let us know the main contractor

carry out the works on its own.

The bidding document doesn’t

restrict the number of electro-

mechanical subcontractors.

The volume of

work to be awarded

to sub-contractrs

shall not exccedd

20% of the whole

volume work for

the project.

21 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

65 Part 2-

Technical

Specificati

ons

Section VI Clause 9.2,

page 81

Right of

way

The Employer will provide ROW to contractor to

carry our works. However as per Clause 1.31. page

4 the same is under contractors scope please clarify.

Refer to response in Item

No.29.

66 We request to provide us the co-oridnates for all the

lots

Coordinates for the RoW for

Lot T1,T2, T3 and K1 have

been attached to the minutes

of Pre-Bid Meeting.

67 2.4

Experience

Can you kindly confirm if the consortium is eligible

for the biding Lot-T1 when one partner of the

consortium meet the requirements?

Refer to response in Item No.3.

68 Section II.

Bid Data

Sheet,

ITB 2.1 Referred clause has mention that Bank Financing

Institutions for Tanzania Part is finance by "African

development Fund (ADF)" & "Japan International

Cooperation Agency (JICA)". However, Tanzania

part having three different Lots.

Hence, we request you to please clarify which Lot

is financed by "African development Fund (ADF)"

& which by "Japan Intrnational Cooperation

Agency (JICA)".

For Tanzania the Project is

jointly financed by African

development Fund (ADF) and

Japan International

Cooperation Agency (JICA)

and for Kenya the Project is

financed only by African

development Fund (ADF).

69 General As per Scope of the works tender is comprising of

three different Lots for Tanzania portion. Bidders

has option to bid any one or more lots.

In case bidder intends to bid for all the lots, please

confirm whether bidder need to submit different

offer/tender for each Lot, or a single offer for all

Lots (having separate Letter of Bid & price

schedules for each Lot) is acceptable.

Submit required information

for each Lot with independent

bid security.

22 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

70 Section II.

Bid Data

Sheet,

ITB 14.2 We have noted that unit prices to be quoted shall be

fixed for the duration of the Contract.

It is very difficult to maintain the same price for a

period of 22 months as raw material prices are very

volatile. Further, for internationally funded projects

Price Variation provision is applicable for projects

with completion period of more than 18 months.

In view of the above, we request for allowing the

price variation provision atleast for towers &

conductors .

Comply. The price for towers

and conductors shall be at

fixed unit rate.

71 Section II.

Bid Data

Sheet,

ITB 19.1 We understand that only one Bid Security of USD

650,000 is required to be submitted for three lots of

Tanzania Part.

Further, we understand that Bid Security for

Tanzania part should be in favour of TANESCO

Please confirm our above understanding is correct.

We understand that one Bid Security of USD

450,000 to be submitted for Kenya Part.

Further, we understand that Bid Security for Kenya

part should be in favour of KETRACO

Please confirm our above understanding is correct.

Not Confirmed, refer to Qn 69

and our advert to Invitation to

Bid.

72 Section III.

Evaluation

&

Qualificatio

n Criteria

We have noted that completion of pre-

commissioning activities is mentioned as 22

months.

We understand that this completion period is

applicable for each Lot.

Please confirm.

Confirmed. However,

commissioning and testing of

respective tl shall be complited

within one month.

23 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

73 Section IV:

Letter of

Bid &

Section IV:

Schedule

No. 5 -

Grand

Summary

Schedule No. 5 - Grand Summary has provision of

"Total Excluding VAT" and "Total Including VAT"

Please confirm whether we should mention "Total

Bid Price Excluding VAT" or "Total Bid Price

Including VAT " in the Letter of Bid.

Bid must be submitted with

Total Bid Price Including

VAT.

74 Section

VIII.

Particular

Condition of

Contract

GC 3.3 We understand that Advance and Performance

Security in the form of Bank Guarantee issued by a

Nationalised Bank of India is acceptable.

Please confirm.

Not Confirmed . Must be

counter guaranteed with Local

Bank .

75 Section IX.

Contract

frorms

We have noted that interest rate for delay payment

by employer will be 0.5 % per annum.

We understand that it is typographical error & it

should be 0.5 % per month.

Please confirm.

Not confirmed. Comply to

specifications.

76 Section IV:

Price

Schedules

for Lot K1

Item No. 2:

Foundation

s & Item

No. 3:

Towers

Tower Type No.of Foundation No. of Tower

400S 234 213

400T15 33 30

400T30 20 15

400T70 13 11

400Trm 3 2

TP 5 3

Total 308 274

Tower and foundation QTY given in the Price

schedule for Lot K1 are not matching. Hence Please

furnish the correct QTY of Tower and Foundation.

Refer response to Qn.28 .

24 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

77 Section IV:

Price

Schedules

for Lot T1

Item No. 2:

Foundation

s &

Item No. 3:

Towers

Tower Type No.of Foundation No. of

Tower 400S 331 341

400T15 25 22

400T30 21 19

400T70 15 13

400Trm 4 2

TP 6 3

Total 402 400

Tower and foundation QTY given in the Price

schedule for Lot T1 are not matching. Hence Please

furnish the correct QTY of Tower and Foundation

& revised price schedule.

Refer response to Qn.28 .

78 Section IV:

Price

Schedules

for Lot T2

Item No. 2:

Foundation

s &

Item No. 3:

Towers

Tower Type No.of Foundation No. of

Tower 400S 331 346

400T15 25 21

400T30 21 17

400T70 15 11

400Trm 4 2

TP 6 3

Total 402 400

Tower and foundation QTY given in the Price

schedule for Lot T2 are not matching. Hence Please

furnish the correct QTY of Tower and Foundation

revised price schedule.

Refer response to Qn.28 .

25 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

79 Section IV:

Price

Schedules

for Lot T3

Item No. 2:

Foundation

s &

Item No. 3:

Towers

Tower Type No.of Foundation No. of Tower

400S 219 198

400T15 9 6

400T30 10 5

400T70 8 6

400Trm 4 2

TP 6 3

Total 256 220

Tower and foundation QTY given in the Price

schedule for Lot T3 are not matching. Hence Please

furnish the correct QTY of Tower and Foundation

revised price schedule.

Refer response to Qn.28 .

26 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

80 Section IV:

Price

Schedules

for Lot K1

Item No. 6:

Line

Conductor

Insulator

fittings

Item Qty required as per

Price Schedule

Actual Qty Required.

Single Suspension + 1356+264= 1620

231 X 6 = 1386

Double suspension Insulator String

Twin Tension Insulator String 354

61 X 12 = 732

Twin Space Damper 2134

274 X 6 X 8 = 13152

Actual Qty required & Qty given in the Price

schedule for Lot K1 are not matching. Hence Please

furnish the correct QTY.

It is mentioned as " Supply and installation of

Complete Insulator Sets including insulators type-1,

all types of clamps, armour rods, extension

links,……".

However as per Evaluation and Qualification

Criteria Kenya Portion Requires Type-2 insulators

i.e. Composite Long rod insulators.

Please confirm that we have to consider Composite

Insulators for Kenya Part.

Confirmed, lot K1 requires

composite insulators. Base

your bid on quantities provided

in the revised price schedules

attached here.

81 Section IV:

Price

Schedules

for Lot K1

Item No. 7:

Ground

wire fitings

&

Accessorie

s.

We have noticed that quantity of OPGW

Accessories under Sr. no. 7.01,7.02 & 7.05 is not

correct in the price schedule.

Please confirm and issue us the revised price

schedule if our above understanding is correct

Revised price schedule will be

provided.

82 Section IV:

Price

Schedules

for Lot K1

We need to furnish the FAT prices for various

material. We understand that number of visit per

FAT should be one.

Please confirm

Refer to revised Price

Schedule.

27 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

83 Section IV:

Price

Schedules

for Lot K1

(Sr. no.

8.10)

As per price schedule quantity requirement is

shown for Mid-Span tension joint for OPGW.

However, as per our understanding Mid span

tension joint is not required for OPGW.

Kindly confirm the correct requirement.

Confirmed. Refer to revised

price schedule.

84 Section IV:

Price

Schedules

for Lot T1

Item No. 6:

Line

Conductor

Insulator

fittings

Item Qty required as per

Price Schedule

Actual Qty Required.

Single Suspension +

Double suspension Insulator String

2112 + 378 = 2490 341 X 6 = 2046

Twin Tension Insulator String 354

59 X 12 = 708

Twin Space Damper 3334

400 X 6 X 8 = 19200

Actual Qty required & Qty given in the Price

schedule for Lot T1 are not matching. Hence Please

furnish the correct QTY revised price schedule.

Refer to revised price schedule.

85 Section IV:

Price

Schedules

for Lot T2

Item No. 6:

Line

Conductor

Insulator

fittings

Item Qty required as per

Price Schedule

Actual Qty Required.

Single Suspension +

Double suspension

Insulator String 2268 + 120 = 2388

346 X 6 = 2076

Twin Tension

Insulator String 312

54 X 12 = 648

Twin Space Damper 3334

400 X 6 X 8 = 19200

Actual Qty required & Qty given in the Price

schedule for Lot T1 are not matching. Hence Please

furnish the correct QTY revised price schedule..

Refer to response in Qn.84.

28 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

86 Section IV:

Price

Schedules

for Lot T3

Item No. 6:

Line

Conductor

Insulator

fittings

Item Qty required as per

Price Schedule

Actual Qty Required.

Single Suspension +

Double suspension Insulator String 1188

+ 120 = 1308 198 X 6 = 1188

Twin Tension Insulator String 132

22 X 12 = 264

Twin Space Damper 2354

220 X 6 X 8 = 10560

Actual Qty required & Qty given in the Price

schedule for Lot T1 are not matching. Hence Please

furnish the correct QTY.

Refer to response in Qn.84.

89 Section IV:

Price

Schedules

for Lot T3

Item No. 7:

Ground

wire fitings

&

Accessorie

s.

We have noticed that quantity of OPGW

Accessories under Sr. no. 7.01,7.02 & 7.05 is not

correct in the price schedule.

Please confirm and issue us the revised price

schedule.

Refer to response in Qn.81.

90 Section IV:

Price

Schedules

for Lot T1,

T2 & T3

We need to furnish the FAT prices for various

material.

Please advise us the number of visits for each item

for considering the necessary cost.

Refer to response in Qn.82.

91 Section IV:

Price

Schedules

for Lot T1

(Sr. no.

8.10) , T2

(Sr. no.

8.10) & T3

(Sr. no.

8.10).

As per price schedule quantity requirement is

shown for Mid-Span tension joint for OPGW.

However, as per our understanding Mid span

tension joint is not required for OPGW.

Kindly confirm the correct requirement.

Revised price schedule will be

provided.

29 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

92 Section VI:

D. Drawings

(TS-3)

Drawing

List.

Section VI:

(Part C) -

Employers

Requiremen

ts Drawings.

Drawing nos. mentioned in the drawing list is

mismatch with the drawings available on the

KETRACO website & hardy copy of specifiacation.

Please provide correct drawings.

Refer to response in Qn.15.

93 Section VI ,

B. Technical

specification

s and

Drawings

for

Overhead

Lines (TS-1)

Section VI ,

B. Technical

Schedules of

Guaranteed

Characteristi

cs (TS-2)

Sr. No.

4.1.1

(III.Design)

Page No.

50

Page No.

149-150

The required parameters/technical specification

mentioned of insulators/string in referred places of

specification is not matching.

Please clarify the correct required

parameters/technical specification for suspension &

tension sets.

Comply with specifications as

per Part 2: Work

Requirements-Lot T1-T2-T3 &

K1 in Section 4: Insulators and

Fittings.

94 Section IX.

Contract

Forms

Section IV:

Price

Schedules

for Lot K1

ITB 15.1 We have noticed that the Services which are to be

provided from within Employer's country are to be

quoted in Kenya Shillings, however in the Price

Schedule provided for LOT K1 mentions Local

Currency as Tanzanian Shilling.

Please confirm that the local currency portion for

Kenya Part is to be quoted in Kenya Shillings.

Local currency portion for

Kenya Part is to be quoted in

Kenya Shillings while local

currency portion for Tanzania

Part is to be quoted in

Tanzania Shillings.

Local currency

portion for Kenya

Part is to be quoted

in Kenya Shillings

while local

currency portion for

Tanzania Part is to

be quoted in

Tanzania Shillings.

30 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

95 General Request you to please provide us with the Bidding

forms in editable Microsoft Word or Excel format

helping us to ease our bid preparation procedures.

Bidding forms in editable are

available in AfDB website.

http://www.afdb.org/en/project

s-and-

operations/procurement/resour

ces-for-borrowers/standard-

bidding-documents/

96 Part IX-

Contract

Forms-

Appendix

3-

Insurance

Requireme

nts

a) Cargo Insurance- Deductible limits: 5% of the

value of shipment

b) Installation All Risk Insurance Deductible limits:

2% of the Contract Amount

The assaid percentage deductible limits for

respective Insurance type causes excess financial

burden to the Contractor. Hence, the Contractor

request to revise the deductible limit to each

Insurance type maximum of US $ 5,000.

Comply with the Bidding

Document Specifications.

97 Part IX-

Contract

Forms

Appendix

1- Terms

and

Procedures

of Payment

Payments

shall be

made

within

Ninety (90)

days after

receipt of

invoice.

The duration of 90 days for payment of interim

invoices seems to be quite inconvenient to maintain

the good cash flow. Hence the Contractor requests

Employer to revise the duration of payment of

interim invoices from 90 days to 60 days after

submission of invoice.

Comply to bid document

31 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

98 Part IX-

Contract

Forms

Appendix

1-

Terms and

Procedures

of

Payment

Advance payment against receipt of invoice and an

irrevocable advance payment security for the

amount equivalent to 20 percent of Contract Value.

The said clause provision is silent on the due date

for release of advance payment by Employer,

Contractor requests Employer to release the

advance payment within 45 days from the

submission of invoice along with Bank Guarantee

of equivalent amount.

Refer to Section IX of Contract

Forms; Contract Agreement ,

Article 3, Item 3.2.

99 Part IX-

Contract

Forms-

Article 3.

Effective

Date

If the conditions listed above are not fulfilled within

three (3) months from the date of this Contract

signature because of reasons not attributable to the

Contractor, the Parties shall discuss and agree on an

equitable adjustment to the Contract Price and the

Time for Completion and/or other relevant

conditions of the Contract.Please confirm if the

same can be reduced from three (3) months to two

(2) months.

Comply to the Bid Document

specifications.

100 Part-

2/Works

requirement

Clause-5.6

minimum

clearances

(Page-

64/Sec-VI)

There is mismatch in value of ground clearance as

given in Clause-5.6 (page-64/Sec-VI) & as given

tower outline drawing which is given as 8.1m.

Please confirm minimum ground clearance to be

consdiered for tower design purpose.

Refer to response in Qn.15.

101 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

With reference to referred clause, please confirm

whether tower dimensions as shown in tower

outline are to be considered as minimum

requirement? We propose to provide tower

dimension based on minimum clearance

requirement.

Refer to response in Item

Qn.15.

102 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Drawing number as given in Appendix-E does not

matches with the actual drawing number furnished

with the specification. Please confirm whether these

drawings are final?

Refer to response in Qn.15.

32 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

103 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Shield angle requirement as given on drawing is

10Deg, however, it is given as 15Deg in techncial

schedule of guaranteed characteristics. Please

confirm value of shield angle to be considered.

Refer to response in Qn.25.

104 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

As per tower outline drawing, it appears that pilot

insulators is used for all tension towers. Please

confirm.

Refer to response in Qn.11.

105 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Tower outline drawing of tower type-CA, CB, CC

& CD (for Lot-T1/T2) is also given alongwith

outline of other towers i.e. 400S, 400T10, 400T30,

400T70 etc. Kindly confim what is basic difference

between these 2 series of towers.

Refer to response in Item

No.15.

106 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

As per bid drawing furnished alongwith

specification, it seems that tower type

400S/T10/T30/T70/Trm are to be designed for Lot

T3 & K1 whereas tower type CA/CB/CC/CD are to

be designed for Lot T1 & T2. However, there is no

details given either in the specification or in price

schedule for tower type CA/CB/CC/DD. Please

clarify.

Refer to response in Qn.15.

107 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Value of insulator swing & related electrical

clearances as furnished on tower outline diagram

does not matches with the value of the same as

furnished in technical schedule. Please confirm

which values are correct & have to considered

Refer to response in Qn.25.

33 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

108 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Bid drawing shows tower with body extension of

+4.5m & leg extension from -1.5m to +4.5m

however price schedule indicates range of leg

extension from 0.5m to 10.5m in step of 0.5m &

body extension in the range of -3m to 16m. which is

contradictory. Kindly confirm range of body & leg

extensions to be considered for tower design.

Refer to response in Qn.48.

109 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

As per specification requirement, composite

insulator to be considered for Lot-K1 whereas glass

insulator to be considered for lot T1/T2/T3.

However, towers are common for T3/K1 & T1/T2

as per drawings furnished along with specification.

This is contradictory. Please clarify.

Refer to response in Qn.15.

110 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Cross arm projections indicated on tower outline

drawing for suspension tower is more than angle

tower. Kindly clarify any reason to keep projections

more for suspension towers.

Refer to response in Item

No.15.

111 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

As per bid drawing, separate insulator drawing for

Lot-K1/T3 & T1/T2 is given. Insulator for Lot-

K1/T3 shows triple conductor/phase (120KN)

whereas Lot-T1/T2 shows twin conductor/phase

(160KN). For same size of conductor, why there is

difference in insulator UTS. Please clarify.

Generally, it is the bidder's

assignment to determine the

electro-mechanical strength of

the insulator strings

considering the sag and tension

calculation of the conductor

and the specified safety factors

for loads and material (see

Technical Schedules of of

Guaranteed Characteristics).

160KN & 210KN are

indicative minimum

requirements however Bidders

will have to determine the

required strength.

34 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

112 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Bid drawing indicates sag of 14.2m (Lot-K1/T3) &

13.8m (lot-T1/T2). Since conductor for both all lots

are same. i.e. ACSR Blujey (twin). Then why there

is difference in maximum sag of wire. Please

clarify.

Technical Schedules of of

Guaranteed Characteristics

Prevail.

113 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

Please furnish details of climbing clearance. We

propose to check climbing clearance in no wind

condition. Please confirm.

Refer to response in Qn.4.

114 Section VI (Part-

C/Appendi

x-E )

Employer's

requiremen

ts drawings

As per bid drawing, it is noted that middle cross

arm projection is more than bottom cross arm

projection. Generally, cross arm stagering is done

when line is passing through ice zone. However,

there is no ice condition as per specification for the

line. Hence, we propose not to consider cross arm

staggering. Please confirm.

Refer to response in Qn.15.

115 General -

Wind load

on

conductor/E

W/Tower

Calcualtion & application of wind on

conductor/EW/tower is not clear. We are

considering wind load as per EN50341. Please

confirm.

Refer to response in Qn.57.

116 Section IV: Price

Schedules

for Lot

K1/T1/T2

& T3

There is no quantity of pilot insulator (Jumper

suspension) is given in the price schedule. Please

furnish.

Is part of the route km price.

117 Section IV: Price

Schedules

for Lot

K1/T1/T2

& T4

Please confirm height of test tower for whcich

tower is required to be tested.

All types of towers to be tested

shall be with maximum leg and

body extensions.

35 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

118 Section VI Clause-5.2,

Page-59,

Special towers (400S/400T15/400T30/400T70) is

mentioned in types of towers. Even in price

schedule the cost of these structure is included.

However, nowhere in the speciifcation, parameters

is given for use of these towers. Please furnish the

specification for the special tower since as per price

shceudle testing of special towers are also required.

Special towers are for crossing

existing 66/132/220kV lines

and also for crossing difficult

existing ground profile.

119 Section VI - Clause 5.4

(Page-61)

As per referred clause it is mentioned that at

everyday temprature in still air, in any span, the

earth conductor sag shall be approximately 10%

less than the line conductor sag. However, as per

techncical schedule (Page-135) it is mentioned as

5%. Please confirm.

Refer to response in Item No.5.

120 Section VI - Appendix-

B (Page-

129)

With reference to referred appendix table,

longitudinal load in unbalanced condition is under

EDT condition. i.e. Everyday temp+No wind

condition. However, transverse load for broken

conductor (due to wind) is to be considered as 75%

of value in normal condition which seems to be

incorrect. We propose to consider nill wind on

conductor/Tower in case of unbalanced loading

condition.

Refer to response in Qn.10.

121 General -

Root

Coordinates

Please furnish route coordinates

(Northing/Easting/Elevation) of the line so as to

understand the terrain geography.

Refer to response in Qn.66.

122 Section VI - Clause-5.2,

(Page-60),

Techncial

specificatio

n

As per refered clause, body extension from -3m to

16m (in step of 1.5m) & leg extension from +0.5m

to +10.5m shall be (in step of 0.5m) designed. We

feel that leg extension height interval should be

more. Difference of 0.5m is very less. Generally it

is 1m. Please confirm for the same.

Not Confirmed. Comply with

employers' requirements.

36 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

123 Techncial

schedule of

Guaranteed

characteristi

cs

Partial

factor for

material

strength for

concrete,

reinforcing

steel, soil

property

As per technical schedule, it is mentioned that

partial factor for material strength is to be

considered as given below.

Partial factor for concrete - 1.5

Partial factor for reinforcing steel- 1.2

Soil property at suspension tower- 1.9

Soil property at tension tower- 2.15

"from the above we understand that if density of

soil=”X”, Angle of repose=”y” & Bearing

capacity=”z”, then the following parameters are to

be considered for foundation design.

For suspension tower,

Soil density =”x/1.9”

Angle of repose = “y”

Soil bearing capacity= “z/1.9”

for Tension tower ,

Soil density =”x/2.15”

Angle of repose = “y”

Soil bearing capacity= “z/2.15”

Kindly confirm whether our understanding is

correct."

Refer to response in Qn.7.

37 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

124 Section III,

Evaluation

and

Qualificatio

n Criteria,

Clause No

2.4.2 -

Specific

Experience

:

As per Section III, Evaluation and Qualification

Criteria, Clause No 2.4.2 -Specific Experience: for

Joint Venture/Consortium/Association each partner

must meet the requirement mentioned,however,as

per clause No – 2.4.3, Specific Experience stated

that“the above contract mentioned in 2.4.2,any one

partner of Joint Venture/Consortium/Association

can meet the requirement”. Both the Clause are

contradictory among themselves.

We presume that requirement for clause no – 2.4.2

is typographical mistake and this should be met by

any one partner of Joint

Venture/Consortium/Association.As per present

scenario, if each partner fulfil the qualification

criteria at their own, there is no purpose to make

Joint Venture/Consortium/Association.

Further current qualification criteria is very

stringent, therefore to increase compition and to

invite more bidders, Qualification Criteria should be

little lenient.

Please clarify the above at the earliest and give us

the opportunity to serve you with best of our

experience.

Refer to response in Qn.17.

38 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

125 Section –

III,

Evaluation

and

Qualificatio

n Criteria

(Tanzania)

Section – III, Evaluation and Qualification Criteria

(Tanzania) specific Experience is very Stringent.

According to present condition, if any bidder wants

to qualify for three (3) Lots he must have completed

at least eight (8) Contracts each with 600 + Km of

length of 330 KV or above. This means that a

bidder should have done more than 4800 kms (8 x

600 = 4800 km) of 330 KVor above transmission

line, even though the cumulative length of all three

lots is 414 Kms only.

It appears that there has been a typographical error

as this condition will reduce competition and only

very few companies will be able to qualify for all

three lots.

Refer to response in Item No.1.

126 Part 1: Bidding

Procedures-

BDS/ITB

19.2

/ITB 19.2 It states

“The bidder shall furnish US$ 450,000 or its

equivalent in a freely convertible currency” for

Kenya and

“If a Bidder submits only Bids for one country, he

is only obliged to provide a single bid security of

US$ 420,000 for Kenya”. It seems that there has

been a typographical error in either of the case.

Kindly clarify the correct amount for submission of

Bid security for Kenya portion.

Comply to Bid Document

Specifications.

127 Part 1: Bidding

Procedures-

BDS/

ITB 19.2 If a bidder is willing to bid for all 3 Lots of

Tanzania (Lot T1, T2 & T3), the bid security to be

submitted will be a single Bid Security of US$

650,000(for all 3 Lots combined) or separate bid

security of US$ 650,000 for each lot to be

submitted. Kindly clarify

Separate Bid Security for each

Lot in Tanzania. If a Bidder

submits only Bids for one

country, he is only obliged to

provide a single bid security of

US$ 420,000 for Kenya or

US$ 650,000 for Tanzania.

Refer the BDS 19.1. Only one

guarantee will be provided for

Tanzania. Bidders may bid for

39 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

one lot or for all three lots. But

the guarantee will be only one

for US$ 650,000

128 Part 1: Evaluation

and

Qualificatio

n Criteria :

Kenya

Portion

It states “The manufacturer shall indicate the qty of

insulators supplied for each project of minimum

100,000 units and at least 10 years of experience”.

We feel that this requirement of 100,000 units is

meant for glass discs. Kindly specify the

requirement for composite insulator.

It apply for both Glass and

Composite (composite string

only but for glass unit means

each glass insulator)

129 Part 1: Price

Schedule

Lot T3

On going through Price Schedules of all the 4 Lots,

we find that in Schedule 1: Item for O&M

Tools/equipment & OPGW Tools is not provided

for Lot T3. Kindly confirm whether the required

item is not required for Lot T3 or is to be included

in PS. If yes, than kindly provide the revised Price

Schedule including the mentioned item with

quantities.

Comply to Bid Document

Specifications/Price Schedules.

130 Part 1: Price

Schedule

Lot K1

Schedule 2: It states “As the supply will be made by

local supplier who is VAT registered taxpayer, then

VAT of 16% will be levied for any supply”.

Whereas in Schedule 5: It states as 18% VAT.

Kindly clarify.

18% VAT prevail in Tanzania

and 16% VAT prevail in

Kenya.

40 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

131 Part 1: Price

Schedule

Lot K1, T1,

T2 & T3

On going through the Price Schedule we found

difference in quantities of foundation and erection

of Towers for all the 4 Lots as per the table shown

below

TL Foundation Erection

Lot K1 316 278

Lot T1 410 408

Lot T2 410 406

Lot T3 262 228

Kindly provide the revised Price Schedule with

correct quantities

Refer to response in Qn 28.

132 Part 1: Price

Schedule

Lot K1, T1,

T2 & T3

Schedule 4: Item No. 1.06 states

“Mobilization of construction Equipment as per

Item 2.6, Section III Evaluation and Qualification

Criteria (0.5% of Bid price)”. Is this 0.5% the

ceiling which the bidder can claim for mobilization

or if the bidder can claim an amount less than 0.5%

of bid price? Kindly clarify.

Comply to Bid Document

Specifications.

133 Part 1: Section III –

Evaluation

and

Qualificatio

n Criteria

(Tanzania)

Technical specification mentions the use of

Templates for setting stubs. However quantity for

templates is not mentioned in Price Schedule.

Kindly provide the same

The contractor will have to

quot along with types of towers

already mentioned on Price

Schedule. This depends

contractor forecast of how

many templates for each type

of tower he will use.

134 Part 2: Employers

Requiremen

t-

Clause 7.2

-Material

Under Clause 2.4.2 Specific experience, we request

reduction in no. of contracts and the length of the

line executed by the bidders as the experience

credentials as this will enable us to submit our

tender document in a competitive manner and be

eligible for more than one lot. Kindly comment.

Refer to response in Qn.1.

135 Part 2: Employers

Requiremen

t-

Clause 7.3

–Bolts and

Nuts

Steel – MS steel is required as per BSEN 10025

S235JR. We propose to use BSEN 10025 S275JR

which is superior grade than S235JR

Steel grade S275JR and

S355JR as per EN 10025 is

acceptable Comply the

specification

41 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

136 Part 2: Employers

Requiremen

t-

Clause 7.3

–Bolts and

Nuts

Kindly specify the grade & class of BNA. All tower steel connection

bolts, nuts and washers shall

conform to ISO 898-1 and –2

or equivalent. Only the bolt

classes 5.6 and/or 8.8shall be

used. Also, All tower bolt

connections shall be provided

with one flat washer and one

spring washer.

137 Part 2: Employers

Requiremen

t-

Item 4.1.2

Insulators

and

Fittings,

Price

Schedule:

Item 6.0,

It states that Insulator Type 2:Composite insulators

shall be used forK1-Kenya side.

As per PS Item No. 6.0 for Lot K1-Kenya Portion it

states that “Supply and Installation of complete

insulator sets including insulators type 1”

As per specification Type 1 is glass insulator

Kindly clarify the type of insulator to be used for

Lot K1.

The type of insulator to be

used for Lot K1 is Type 2.

138 Part 2:

Employers

Requiremen

t-

Technical

Schedules:

Clause

4.1.1

Insulators

and

Fittings-

Item II

General

Item 7-

Insulators

and

Fittings:

Insulator

Type 1

General specification for cap & pin type insulators

states 120kN for suspension sets and 210kN for

Tension sets

However as per technical schedule – Item 7, it

states that Insulator Type 1is Glass type insulator

with Electromechanical failing load of 120 KN only

(No mention of 210 kN).

Kindly clarify the required type of glass insulator

(120 KN or 210 kN or both).

Refer to response in Qn..111.

42 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

Part 2 Employers

Requiremen

t: Drawings

Price

Schedule:

Item 6.0,

Page No. 204 shows the drawings of Glass

Insulators for Single Suspension, Double

Suspension and Triple Tension for 400kV Line (Lot

K1 & Lot T3)

Page No.215 shows drawings of Composite

Insulators for Single Suspension, Double

Suspension and Triple Tension for 400kV Line (Lot

K1 & Lot T3)

Page No.257 & 258 shows drawings of Glass

Insulators for Single Suspension, Double

Suspension and Twin Tension for 400kV Line (Lot

T1 & Lot T2)

Page No. 259 shows drawings of Composite

Insulators for Single Suspension, Double

Suspension and Twin Tension for 400kV Line (Lot

T1 & Lot T2)

PS requirement for Lot K1, T1, T2& T3 states

quantities for Single Suspension, Double

Suspension and Twin Tension.

From the above information available we

understand that

1. Comparing the PS and Drawings we understand

that triple tension drawing is not required for the

project and not to be considered.

2. Composite Insulators: Twin Tension drawings

are not provided for Lot K1. Kindly provide.

3. Glass Insulators: Twin Tension drawings are not

provided for Lot T3. Kindly provide.

4. Drawings of Composite Insulators only to be

considered for Lot K1.

5. Drawings of Glass Insulators only to be

considered for Lot T1, T2 & T3.

Kindly confirm if our understanding is correct and

provide the required drawings

Refer to response in Qn 11 and

Qn 84.

43 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

140 Part 2: Employers

Requiremen

t-

Clause

4.1.1 &

4.1.2 -

Insulators

and Fittings

From the technical specification we understand that

Composite insulator to be used for Lot K1 & Glass

insulator to be used for Lot T1,T2& T3.Kindly

confirm.

The type of insulator to be

used for Lot K1 is Type 2 and

for Lot T1,T2&T3 is Type 1.

141 Part 2: Employers

Requiremen

t: Drawings

Technical

Schedules:

Item 7-

Insulators

and Fittings:

Insulator

Type 1 &

Type 2

For Lot K1 & Lot T3 insulators of 120kN are to be

used as per drawings(For both suspension and

Tension)

For Lot T1 & Lot T2 insulators of 160kN are to be

used as per drawings(For both suspension and

Tension)

It states the use of

Glass insulator of 120kN for Suspension and

Tension &

Composite insulator of 120kN, 160kN for

Suspension & 210kN for Tension.

Kindly clarify which type of Insulator to be used for

the following ;

Lot K1:

Type of Insulator: ………………..

Single Suspension- …………. kN

Double Suspension- ………….kN

Twin Tension- ………….kN

Lot T1, T2 & T3:

Type of Insulator………………….

Single Suspension- …………. kN

Double Suspension- ………….kN

Twin Tension- ………….kN

Refer to response in Qn 11

Comply with specifications as

per Part 2: Work

Requirements-Lot T1-T2-T3 &

K1 in Section 4: Insulators and

Fittings.

44 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

142 Part 2: Employers

Requiremen

t: Drawings

For Lot K1 & T3: Drawing No. 011 Rev. 2 shows

Glass Insulators for suspension and Tension sets for

Triple bundle configuration & Drawing No. 028

shows composite insulator for Tension sets for

triple bundle configuration.

As per PS and technical specification the

requirement is for twin bundle configuration.

From the above information we understand that

Insulator drawings with Triple bundle configuration

are incorrect and not to be considered. Hence

request to kindly provide the above mentioned

drawings with twin bundle configuration.

Refer to response in Qn 11

143 Part 2: Employers

Requiremen

t

We cannot find the Plan and Profile drawings for

Lot T3. Kindly provide the same.

Refer to response in Qn 11

144 Part 2: Employers

Requiremen

t:

Obtaining

Right of

way and

compensatio

n

B0 Clause

1.3

B1 Clause

9.1

Under the statement of works for transmission line

“The work includes …… but not limited to

following:

Obtaining right of way & compensation…” is

mentioned.

Further as per B1, Clause 9.1 “Subject to the

requirement of landowners and their tenants,

wayleaves and access facilities (but not actual

transport routes and access tracks themselves) will

be provided by the Employer”

We believe that the Employer will pay all the

required compensation to landowners along the

right of way in order to facilitate the project works.

Kindly confirm.

Refer to response in Qn.29.

45 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

145 Part 2: c Clause 1.7

and

Technical

Schedule

Climatic temperature and design temperatures: In

clause 1.7,maximum temperature is mentioned as

80°C and in technical schedules the maximum

temperature is mentioned as 85°C. Kindly clarify

the maximum temperature to be used: 80°C or

85°C.

Technical Schedules of

Guaranteed Characteristics

Prevail.

146 Part 2: Employers

Requiremen

t:

Clause 3.2

& 5.11

Tower design code requirement

In clause 3.2 for towers design EN 1993-1-1

"design of steel structure-part 1-1" is mentioned and

in clause 5.11 use of ASCE 10-97 is mentioned for

tower design. Which code is to be used for tower

design? Kindly clarify.

Refer to response in Item No.6.

147 Part 2: Employers

Requiremen

t:

Clause 5.2

drg.

number

010 rev-

2,013,014

and price

schedule

Body extension and Leg extensions

In the clause 5.2 body extensions for tower are

mentioned from -3m to 16m in steps of 1.5m and

leg extensions from 0.5m to 10.5 m in steps of 0.5

m. Whereas in the drawings furnished, the body

extension is mentioned as 4.5m BE and leg

extensions furnished is from -3m LE to 4.5m LE

steps of 1.5 m. Kindly clarify and furnish us the

correct drawings.

Revised Price Schedules

Prevail.

46 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

148 Part 2: Employers

Requiremen

t:

Clause 5.3 The downlead tensions

In this clause following things are mentioned"The

downlead conductors between the terminal tower

and the transforming station gantry or anchor blocks

shall be erected with substantial reduced tension as

given in technical schedules" whereas in technical

schedules no reduced tensions are specified. Please

furnish us the reduced tension values.

The downlead conductors

between the terminal tower and

the transforming station gantry

is unbalanced. The 400Tr

tower shall be designed to be

dead end tower.

Terminal 400kV towers/ dead

end towers shall be used to

links to the 220kV/400kV

substation parts. It will be the

contractor's duty to find out

suitable tower locations for

detail design and to prepare a

detailed routing in front of the

substations. Stringing works

comprise the temporary

incoming and outgoing

including connection to the

220kV/400kV gantries.

149 Part 2: Employers

Requiremen

t:

Clause 5.5 Tower type and span lengths

In the table against the 400T15 tower under the line

angle description it is mentioned deviation angle 0-

15° long span. Under the wind span description it is

mentioned that wind span = 450 m for 0° line angle

values ; for line angles > 0 deg the wind span has to

be decreased accordingly.

The information given under line angle description

and under wind span description is contradictory.

Please explain how the 400T15 tower is to be used

as long span. Also specify the maximum individual

span

Refer to Technical schedule of

Guaranteed Characteristics.

No reduction of wind spans

shall be permitted for

angles>0.

47 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

150 Part 2: Employers

Requiremen

t:

Clause 5.7 a. Transverse load

i. Wind Normal

c. Longitudinal loads

In this clause under Wind Normal it is specified

"the Normal transverse load shall be the wind

pressure stated in the technical schedules acting at

right angles to the line on the whole projected area

of the line and earth conductors over the specified

wind span stated in the technical schedules and the

transverse horizontal resultant of the maximum line

and earth conductor tensions, stated in technical

schedules, together with wind pressure stated in

technical schedule on the projected area of the

insulator and on the projected area of members of

one face of the towers.

The wind pressure on conductor , earth wire,

insulator and on tower is not specified in the

technical schedule and also the maximum line and

earth conductor tensions are not specified in the

technical schedule

Please specify the following:

1. Wind pressure on conductor, earthwire, insulator

and on tower.

2. The maximum line and earth wire tensions.

This lies in the scope of design

which is the responsibility of

EPC contractor. However, the

conductor, earthwire and

OPGW tensions to be applied

shall be the maximum ones

(under maximum wind

conditions).

Also, Refer to response in

Qn.10.

151 Part 2: Employers

Requiremen

t:

Clause 5.12

& 5.20

Dead Load factors

In clause 5.10 in case of uplift loads for foundations

dead load factor is 0.9.In clause 5.12 " For the

calculation of foundation reactions the factors of

safety specified in the technical schedules shall be

applied except that maximum vertical uplift shall

include the dead weight of the tower with a factor

of one(1)”. Please confirm for calculation of uplift

which tower dead load factor is to be considered:

0.9 or 1.0

Clause 5.10 Prevail. In case of

uplift loads for foundations

dead load factor shall be 0.9.

48 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

152 Part 2: Employers

Requiremen

t:

Clause 3.2

& 6.1

Reinforced design for foundation

In clause 3.2 foundations there is no mention of BS-

8110.In clause 6.1 it is mentioned that foundations

are to be design in accordance with BS 8110.The

BS 8110 is now superseded by EN 1992-1 .Please

confirm whether we can still use BS-8110 for

foundation design

For foundation design EN

1992-1 is acceptable: “Design

of concrete structures - Part 1-

1:

General rules and rules for

buildings”

153 Part 2: Employers

Requiremen

t:

Clause 5.4

and

Technical

Schedule

Parallel Factor for earth wire

In clause 5.4 "at everyday temperature in still air, in

any span, the earth conductor sag shall be

approximately 10 per cent less than the line

conductor sag". In technical schedule it is

mentioned "earthwire sag compared to conductor

sag at 25 deg for the nominal span 5% less". Please

confirm on which of the above parallel condition to

be considered for design purpose.

Refer to response to Qn.5.

154 Part 2: Employers

Requiremen

t:

Technical

schedule

&Drg.no.

010 REV.2

Shielding Angle

In the drawing 010 REV.2 shielding angle is shown

as 10 deg. In technical schedules shielding angle

mentioned as 15 deg. Please clarify which shielding

angle is to be considered.

Refer to response in Qn 25

155 Part 2: Employers

Requiremen

t:

Technical

schedule

&Drg.no.

010 REV.2

Ground Clearance

In the drawing 010 REV.2 ground clearance is

shown as 8.1m. Whereasin technical schedules

ground clearance is mentioned as 10 m. Kindly

clarify which ground clearance value is to be

considered.

Refer to response in Qn 11

156 Part 2: Employers

Requiremen

t:

Appendix

B

Unbalanced loading condition

Please clarify in unbalanced loading condition what

is the wind pressure acting on tower body?

Refer to response in Qn 10 &

15

49 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

157 Part 2: Employers

Requiremen

t:

Clause 5.4

and

Technical

Schedule

Final sags and tension

In the clause 5.4 it is mentioned "… the line and

earth conductors shall be erected so that the final

tension at everyday temperature" in still air shall be

the figures stated in the technical schedule, but in

technical schedules no tension figures are specified.

Please specify the tension figures or please specify

limiting conditions for conductor and earth wire

tensions.

Refer to response in Qn 10 &

15

158 Part 2: Employers

Requiremen

t:

Technical

schedule

&Drg.no.

010 REV.2

Minimum clearance between conductor and tower

steel structure in still air condition

In the outline diagram the clearance requirement

under still air is shown as 3950 mm whereas in

technical schedule it is mentioned as 3300 mm (3.3

m). Please clarify which value is to be considered

for checking of clearance.

Refer to Technical Schedule of

Guaranteed Characteristics.

159 Part 2: Employers

Requiremen

t:

Technical

schedule

&Drg.no.

010 REV.2

Minimum clearance between conductor and tower

steel structure in moderate wind condition

In the outline diagram the clearance requirement

under moderate wind is shown as 2400 mm whereas

in technical schedule it is mentioned as 2500 mm

(2.5 m). Please clarify which value is to be

considered for checking of clearance.

Refer to Technical Schedule of

Guaranteed Characteristics.

160 Part 2: Employers

Requiremen

t:

Technical

schedule

&Drg.no.

010 REV.2

Minimum clearance between conductor and tower

steel structure in high wind condition

In the outline diagram the clearance requirement

under high wind is shown as 1600 mm whereas in

technical schedule it is mentioned as 750 mm (0.75

m). Please clarify which value is to be considered

for checking of clearance.

Refer to Technical Schedule of

Guaranteed Characteristics.

50 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

161 Part 2: Employers

Requiremen

t:

Drg.no.

010 REV.2

Swing angle of suspension Insulator under

moderate wind condition

In the outline diagram the swing angle for moderate

wind condition is shown as 39 deg. Please confirm

whether same swing angle is to be used in moderate

wind condition for clearance checking

Refer to Technical Schedule of

Guaranteed Characteristics.

162 Part 2: Employers

Requiremen

t:

Drg.no.

010 REV.2

Swing angle of suspension Insulator under high

wind condition

In the outline diagram the swing angle for High

wind condition is shown as 57 deg. Please confirm

whether same swing angle is to be used in high

wind condition for clearance checking

Refer to response in Qn 11

163 Part 2: Employers

Requiremen

t:

Drg.no.

010 REV.2,

013, 014 &

015

Basic dimensions

In the outline drawings cross arm projection,

vertical distance between cross arm tower height

below bottom cross arm,base width of tower are

shown. Kindly clarify whether we can increase or

decrease these dimensions as per specification

clearance requirement

Refer to response in Qn 11

164 Part 2: Employers

Requiremen

t:

Drg.no.

010 REV.2,

013, 014 &

015

Tower configuration

In the outline drawings middle cross arm projection

is more than top and bottom cross arm projection.Is

it mandatory to keep the middle cross arm

projection more than top and bottom arm

projection. Kindly confirm.

Refer to response in Qn 11

51 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

165 Part 2: Employers

Requiremen

t:

Clause 3.1

Earth

Conductor

Requireme

nts for

OPGW

It states

OPGW earth conductor shall consist of Double

layers of aluminium alloy wires with an optical

fibre communication cable enclosed in stainless

steel tube with loose fiber protection, sealed with

moisture-proof gel. Kindly clarify whether

Aluminium Tube or Stainless Steel Tube to be used

Further it also states that,

Forty eight (48) fibres shall be single mode and

stranded together in four units of 12.

The spacer shall comprise of an aluminium rod

containing four helical slots. One optical fibre unit

of 24 fibres shall be placed in each of the two slots.

An aluminium tube shall be formed tightly around

the spacer. It shall be seamless and pressure tight.

Kindly clarify whether four units of 12 fibre or 2

units of 24 fibre to be used.

Stainless Steel Tube.

Four units of 12 fibre.

166 Part 1: Price

Schedule -1

Lot T1, T2

& T3

Please confirm that Tanesco will bear and promptly

pay the following / provide the exemption,

1) 0 to 25% Customs Duty

2) 18% VAT

3) 1.6% Wharfage + 18% VAT thereon

4) 1.5% Railway Levey

5) 0.5% PVOC inspection fees

Refer to Price Schedule for

each Lot, the requested

information is preambled.

167 Part 1: Price

Schedule -3

Lot T1, T2

& T3

Please confirm that Tanesco will bear and promptly

pay the applicable VAT @ 18% and supplies from

employer’s country are not exempted

Refer to Price Schedule-3 for

each Lot, the requested

information is preambled.

52 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

168 Part 1: Price

Schedule -4

Lot T1, T2

& T3

Please confirm that Tanesco will bear and promptly

pay the applicable VAT @ 18% and the project

installation services are not exempted from VAT.

Refer to Price Schedule-4 for

each Lot, the requested

information is preambled.

169 Part 1: Price

Schedule -1

Lot T1, T2

& T3, item

no 11.4

It states that.

11.4.1 – Type 1 Medium SUV type, 2.7 liter engine,

Toyota Fortuner, or equivalent as per TS 1 - 3

units.

11.4.2 – Type 2 : Toyota Double Cabin or

equivalent with 2.5 liter diesel engine or above as

per TS-1 – 8 units.

11.4.3 : Type 3 Toyota Land Cruiser 4.6 V8 VX

diesel as per TS-1 – 1 unit

Pl confirm that these are to be purchased and

supplied to Tanesco.

As per clause 1.35

(Employer’s/Engineer's

transport and communications

equipment).

All mentioned project

monitoring items are for

TANESCO/KETRACO

Project Implementation Unit

(PIU) use.

170 Terms and

procedure of

payment

Appendix 1 Pl confirm that the terms of payment is by Direct

transfer and payment days is within 90 days or 45

days.

Refer to response in Qn. 97

171 Terms and

procedure of

payment

Appendix 1 Pl confirm the interest for delayed payment for all

the schedule from 1 to 4 is 0.5% p.a.

Refer to response in Qn. 75

172 Regard to the payment terms, we would request you

to kindly confirms the payment will be made

through the Letter of credit.

No. Mode of payment shall be

direct payment from the

financers to the Contractor. No

letter of credit will be opened

173 Please provide minimum factor of safety for

conductor and earthwire at everyday temperature,

still air.

Refer to Technical Schedule of

Guaranteed Characteristics.

174 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K1

page 58, Cl

4.6

According to page 58, Cl 4.6 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, "A double

tension insulator set shall be used for overhead lines

with bundled multiple phase conductors". However,

in tender drawings of Lots K1 & T3, insulators

shown are with triple tension strings. Confirm no.

of insulator strings for tension towers.

EPC Contractor is responsible

for detail design including

design of Insulator string

for Tension towers.

53 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

175 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K1

page 58, Cl

4.6

page 61, Cl

5.3

According to page 58, Cl 4.6 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, "The single

suspension insulator set shall be used as standard

set on suspension towers". However, in page 61, Cl

5.3 of Part 2: Work Requirements-Lot T1-T2-T3 &

K1, "The cross arms of suspension towers shall be

designed to allow the attachment of double insulator

strings". Confirm no. of insulator strings for

suspension towers.

Comply to specifications and

detail design is the

responsibility of ECP

Contractor.

176 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K2

page 62, Cl

5.5

According to page 62, Cl 5.5 of Part 2:Work

Requirements-Lot T1-T2-T3 & K1, the line angle

of Tower type "400T70" is mentioned as 30°-70° &

0°-90° considering the slack span between terminal

tower and S/S gantry. However, in page 140 of

Technical schedule of Guaranteed Characteristics of

Part 2: Work Requirements-Lot T1-T2-T3 & K1,

the line angle of Tower type "400T70" is mentioned

as 30°-70° only. Confirm whether "0°-90°

considering the slack span between terminal tower

and S/S gantry" is to be considered for Tower type

"400T70".

"400T70" is not a terminal

tower.

Refer to response in Item

No.148.

177 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K3

page 62, Cl

5.5

page 65, Cl

5.7 a

According to page 62, Cl 5.5 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, it is mentioned

as "wind span for angles > 0°, the wind span has to

be decreased accordingly". However, in page 65,

Cl 5.7 a (i) of Part 2: Work Requirements-Lot T1-

T2-T3 & K1, it is mentioned as "The full wind span

shall be taken regardless of the angle of line

deviations". Please confirm whether reduced wind

span shall be taken for angles > 0° for suspension

tower.

Not Confirmed. No reduction

of wind spans shall be

permitted for angles>0.

178 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

page 67, Cl

5.10

According to page 67, Cl 5.10 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, kindly explain

the notations for N1….N3 & E1…E3.

N1,N2,N3 are Normal Loading

Cases ( Deadweight, Wind

and Cascading)

E1,E2,E3 are Exceptional

Loading Cases ( Broken Wires

54 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

K4 Cascading Erection and

Maintenance)

179 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K5

page 61, Cl

5.4

In page 61, Cl 5.4 of Part 2: Work Requirements-

Lot T1-T2-T3 & K1, it is mentioned as "earth

conductor sag shall be approximately 10% less than

the line conductor sag". However in page 135 of

Technical schedule of Guaranteed Characteristics of

Part 2: Work Requirements-Lot T1-T2-T3 & K1,

the earthwire sag compared to the conductor sag @

25° nominal span shall be 5% less. Please clarify.

Refer to response in Qn.5.

180 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K6

page 64, Cl

5.6

In page 64, Cl 5.6 of Part 2: Work Requirements-

Lot T1-T2-T3 & K1, minimum clearance to normal

ground is mentioned as 10 m. However, in tender

drawings, minimum clearance to normal ground is

mentioned as 8100 mm. Please confirm the value

of minimum clearance to normal ground.

Refer to response in Qn.4.

181 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K7

page 135 In page 135 of Technical schedule of Guaranteed

Characteristics of Part 2: Work Requirements-Lot

T1-T2-T3 & K1, OPGW shielding angle is

mentioned 15deg. However, in tender drawing, the

shielding angle is 10deg. Confirm the value of

shielding angle.

Refer to response in Qn 25

182 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K8

page 59 of

Cl.5.2

According to page 59 of Cl.5.2 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, angle of

deviation for tower type "400T30" is 150-300.

However, in page 132 of Technical schedule of

Guaranteed Characteristics of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, angle of

deviation for tower type "400T30" is mentioned 00-

300. Kindly confirm the angle of deviation for

tower type "400T30".

The angle of deviation for

tower type "400T30" shall be

15°-30°.

Also, Clause 5.2 of Part 2:

Work Requirements Prevail.

55 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

183 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K9

page 3 of

Cl.1.7

According to page 3 of Cl.1.7 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, maximum

conductor temperature is mentioned 800C.

However, in page 131 of Technical schedule of

Guaranteed Characteristics of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, maximum

conductor temperature is mentioned as 850C.

Kindly Confirm the value of maximum conductor

temperature.

Refer to Technical Schedule of

Guaranteed Characteristics.

184 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K10

page 78 of

Cl.7.3

According to page 78 of Cl.7.3 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, minimum

diameter of bolt shall be 12mm. However, in page

137 of Technical schedule of Guaranteed

Characteristics of Part 2: Work Requirements-Lot

T1-T2-T3 & K1, minimum diameter of bolt is 16

mm. Kindly confirm minimum diameter of bolt.

Refer to Technical Schedule of

Guaranteed Characteristics.

185 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K11

page 62 of

Cl.5.5

According to page 62 of Cl.5.5 of Part 2:Work

Requirements-Lot T1-T2-T3 & K1, minimum

weight span for tower type "400T15" is mentioned

as 300 m . However, in page 139 of Technical

schedule of Guaranteed Characteristics of Part 2:

Work Requirements-Lot T1-T2-T3 & K1, the

minimum weight span is mentioned as (minus) -300

m. Kindly confirm the value of minimum weight

span for tower type "400T15".

The minimum weight pan is -

300m.Technical schedule of

Guaranteed Characteristics

Prevail.

186 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K12

Page 4 of

Cl.1.7 (g

According to Page 4 of Cl.1.7 (g) of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, wind speed is

mentioned 28.3 m/s. However, in page 131 of

Technical schedule of Guaranteed Characteristics of

Part 2: Work Requirements-Lot T1-T2-T3 & K1,

basic wind speed is mentioned 28m/s. kindly

confirm basic wind speed.

Refer to response in Qn.24.

56 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

187 Part 2:

Work

Requireme

nts-Lot T1-

T2-T3 &

K13

Page 64 &

65 of

Cl.5.7 a (i)

& (iii)

According to Page 64 & 65 of Cl.5.7 a (i) & (iii) of

Part 2: Work Requirements-Lot T1-T2-T3 & K1,

Transverse loads are given for "Wind normal" and

"wind perpendicular to phase conductor"

respectively. Kindly elaborate the difference

between the two cases.

Need for clarification not

understood.The definitions are

clearly made in the Work

Requirements.

188 Spans and angle of deviation not available in

technical specifications for special towers. Kindly

provide.

Refer to response in Item

No.118.

189 In tender drawings, the tower types mentioned are

"400S", "400T15", "400T30", "400T70" and

"400Trm" for Lots K1 & T3. Similarly for Lots T1

& T2, the tower types are "CA", "CB", "CC" and

"CD". Wherein in Price Schedule and Technical

Specification it is mentioned as 400S, 400T15,

400T30, 400T70, 400Trm. Hence we presume that

the mentioning of tower Types in drawing of Lots

T1 & T2 (CA, CB, CC & CD) is a typographical

Error. Please confirm.

Refer to Technical Schedule of

Guaranteed Characteristics and

Price Schedules.

Also, refer to the clarification

to Qn.15.

190 Kindly furnish tender drawings for Transposition

Tower "400Tp".

EPC Contractor shall be

rensposible for detail design of

vertical configuration of

"400Tp" towers.

191 The Insulator capacity is mentioned as 120 kN in

few clauses and 160 kN in few clauses. Kindly

confirm insulator capacity to consider in design.

Specifications remain as is

specified in the Technical

Schedule. Note that some

breaking loads are specified

for 'double suspension set for

all suspension towers', 'single

suspension set for all

suspension towers' as well as

others.

Also, refer to response in

Qn.111.

57 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

192 Type of Insulator for LOT K1:

As per the Price Schedule 1 Item No. 6.0 for Lot K1

(Kenya Portion) it is mentioned as Insulator Type I

(i.e., Glass Insulator). Wherein as per the Section

VI - Technical Specifications: B1 Employer

Requirement : Particular Technical Requirement for

400 kV Transmission Line Clause 4.1.2 it is

mentioned as Insulator Type 2 - Long Rod

Polymeric (Composite) Type shall be used for K1 –

Kenya Side.

Please Type of Insulator to be considered for LOT

K1.

Insulator Type 2 - Long Rod

Polymeric (Composite) Type

shall be used for K1 – Kenya

Side

Furthermore, specifications for

each lot are to be sought from

the Technical Specifications.

193 We have purchased the Tender document from

TANESCO, Tanzania which consist details of all

Four Lots K1, T1, T2 & T3. Hence request you to

clarify whether in addition we have to again

purchase the Tender Document from KETRACO

for quoting Lot K1 (Kenya Portion).

The bidding documents for all

lots under the project are

similar except the price

schedules which are lot

specific.

194 Please clarify whether the Employer Vehicle to be

supplied by Contractor for both Kenya & Tanzania

Portion are Exempted from Custom Duties and

Taxes.

Tax is not exempted. The

contractor shall indicated the

Tax amount for vehicles in a

separate sheet. The prices

schedule will be not include

taxes

195 Please clarify our below understanding :

As per Scope of the works tender comprises of four

different Lots. If a Bidder qualifies for award of

only one lot. In such a case, Bidders has option to

bid any one or more lots. In case of successful

evaluation of his bid then award will be restricted to

any One LOT.

Please confirm.

Confirmed. Also refer response

in Qn.36.

58 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

196 In case bidder needs to bid for all Tanzania LOTs

(T1, T2 & T3), Please let us know whether we have

to submit Qualification documents, GTPS,

Drawings etc separately or we can submit one set of

document containing Qualification, GTPS,

Drawings combined for all lots and submit Letter of

Bid & Price Schedule for each lot.

Refer response in Qn.36.

197 As per Price Schedule No. 5 we have to furnish

Total Price with and without VAT. Please clarify us

the total Price with or without VAT to be indicated

in the Letter of Bid.

The Letter of Bid must be

submitted the Total Bid Price

excluding VAT. The contractor

indicates VAT separately.

59 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

198 Section VII

General

Condition

Section VIII

Particular

Condition

Section II

Clause

3.4.2

GC 3.4.2 (a

ITB Clause

14.5

Please Clarify the correctness of our below

understanding on Taxes and duties as per the

Section VII General Condition Clause 3.4.2,

Section VIII Particular Condition Clause GC 3.4.2

(a)., Section II - ITB Clause 14.5 & Note in Price

Schedules of each Lots:

Kenya (K1):

a. Plant and equipment to be supplied from abroad

(Schedule No. 1): The quoted prices shall be

exclusive of Custom Duties, Import Duties, import

declaration Fees (IDF) at 2.25 %, Withholding Tax

and other taxes that are applicable towards the

import of materials for this project. However, the

quoted prices shall be inclusive of 1.5 % Railway

Development Levy (RDL) on imported goods.

b. Plant and equipment manufactured or fabricated

within the Employer’s country (Schedule No. 2):

Quoted price shall be Inclusive of all domestic taxes

such as value added tax (VAT) @ 16% payable in

the Employers country as per Price Schedule Note,

Which shall be shown separately in Price Schedule

& Summary with the Sub Total for the Quoted

value without Taxes and with Taxes.

c. Design Services (Schedule No. 3) & Installation

Services (Schedule No. 4): Quoted price shall be

Inclusive of all domestic taxes such as value added

tax (VAT) @ 16% & Withholding Tax @ 6 %

payable in the Employers country as per Price

Schedule Note, Which shall be shown separately in

Price Schedule & Summary with the Sub Total for

the Quoted value without Taxes and with Taxes.

The contractor bid price ahall

be submitted with out taxes

a)The quoted prices shall be

exclusive of RDL. RDL is not

applicable on official aid

funded projects.

b)This is ok

c) The correct WHT rates are

as indicated under item 30

above. Withholding tax is tax

on the contractor's income.

60 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

199 Tanzania (T1, T2 & T3):

a. Plant and equipment to be supplied from abroad

(Schedule No. 1): The quoted prices shall be

exclusive of Custom Duties, Import Duties,

Withholding Tax, VAT and other taxes that are

applicable towards the import of materials for this

project. However, the quoted prices shall be

inclusive of 1.5 % Railway Development Levy

(RDL) on imported goods.

b. Plant and equipment manufactured or fabricated

within the Employer’s country (Schedule No. 2):

Quoted price shall be Inclusive of all domestic taxes

such as value added tax (VAT) @ 18% payable in

the Employers country, Which shall be shown

separately in Price Schedule & Summary with the

Sub Total for the Quoted value without Taxes and

with Taxes.

c. Design Services (Schedule No. 3) & Installation

Services (Schedule No. 4): Quoted price shall be

Inclusive of all domestic taxes such as value added

tax (VAT) @ 18% & Withholding Tax @ 15%

payable in the Employers country as per Price

Schedule Note, Which shall be shown separately in

Price Schedule & Summary with the Sub Total for

the Quoted value without Taxes and with Taxes.

Please Confirm

Follow the bidding document

61 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

200 Section VII

General

Condition

Clause

2.4.2

Refer Section VII General Condition Clause 2.4.2 :

The Right of Way Compensation, possession of

site, access to way leave & obtaining all statutory

approvals from various authorities in both Tanzania

& Kenya will be the responsibility of the Employer

(Client).

Please Confirm.

Refer to response in Item

No.29.

201 Please Clarify Whether the Pre-shipment inspection

(PSI) is exempt for this project

The project is not exempt from

Pre-shipment Inspection.

202 As per the Tender Condition the Prices are Fixed.

If the Contract Period (excluding the Defects

Liability Period) exceeds eighteen (18) months, it is

normal procedure that prices payable to the

Contractor shall be subject to adjustment during the

performance of the Contract to reflect changes

occurring in the cost of labor and material

components. As the project duration for this

contract is 22 months and considering the volatile

market request you to accept price adjustment

clause for major plants & equipment.

Price Adjustment clause is not

applicable for this bid.

203 Payment :

As per the Specification it is direct payment. Please

clarify whether all payments will be from the

financing Banks to the Contractors account through

direct payment upon the submission of payment

applications by the Clients.”

All mode of payment shall be

direct payment.

62 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

204 Insulator Manufacturer Qualification:

We have checked the global market and only one or

two Manufacturers may fulfill this QR requirement

stipulated in the Tender Document which may

restrict the competitiveness of the bids and Other

Reputed Insulator manufacturer.

Hence, we request you to review & amend the QR

Requirements of Insulator Manufacturer.

Specifications remain as is

specified.

205 1) The Specification and Bid drawing does not

mention the spacing required between bundle

conductors. Kindly confirm the same.

Refer to response in Qn 49.

206 Part 2 Section VII Clause 1 2) The BOQ mentions requirement of Earth wire

accessories for GSW 70 – 11mm, 1300 grade

(ACSR 95/55). Please note that these are 2 different

types of Earth wire with GSW 70 having a Dia of

11mm and 95/55 ACSR having a Dia of 16mm

respectively.

Clause 1 (Introduction) in Part 2, Section VII

mentions use of GSW Earth wire. Whereas

Technical Schedule, clause 6.2 (Earth wire)

mentions 95/55 ACSR.

Kindly confirm the type of Earth wire to be used for

the subject project.

Refer to response in Qn 52.

207 Insulator

type 1

Clause

4.1.1

3) Clause 4.1.1 (Insulator type 1) with Glass

Insulator mentions UTS of Insulator for Tension

string as 210kN. Technical Schedule, clause 7.1

(Specific data for Insulator type 1) mentions UTS of

Insulator for Tension set as 120kN. Hence kindly

confirm the UTS of Tension Insulator.

Refer to the specifications

made in Sections VI Technical

Schedule.

Also, refer to response in Item

No. 111.

63 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

208 Clause 4.6 4) Clause 4.6 (Clamps and Fittings) of specification

mentions tower attachment as Hinge type for both

Suspension & Tension strings which is as per our

past supplies to TANESCO, Tanzania. However in

bid drawings, tower attachment is anchor shackle.

Kindly confirm the tower attachment required.

Tower attachments shall be

hinged type as per clause 4.6 of

the specifications.

209 Technical

Schedule

clause 7.1 5) Technical Schedule, clause 7.1 mentions material

requirement of inner sleeve of Tension clamp for

conductor as Stainless steel. The conductor for this

project is Bluejay ACSR with inner core of

Galvanized steel. Hence the inner sleeve of Tension

clamp should be Galvanized steel & not stainless

steel. Kindly confirm the same.

Comply to the specification

210 Section III

Evaluation

and

Qualificatio

n

Criteria

2.4.2

Specific

Experience,

In order to attract more potential bidders to

participate in this tender and select competent

contractor and good quotation for employer, we

therefore propose your good office to amend this

criteria based on certain reasonable accumulative

length of 330KV HVAC/HVDC or above have been

successfully completed within last seven years.

The specification remains as is

specified. Comply to

respective evaluation criteria

Comply to the bid requirement

211 For the sake of short preparation time , we would

like to request your good office to provide us the

Word Version Bidding Documents to facilitate

compiling of the necessary forms .

Use PDF version

212 The Specification and Bid drawing does not

mention the spacing required between bundle

conductors. Please confirm the same.

Refer to response to Qn.205.

64 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

213

Introduction

in Part 2,

Section VII

Clause 1 The BOQ mentions requirement of Earth wire

accessories for GSW 70 – 11mm, 1300 grade

(ACSR 95/55). Please note that these are 2 different

types of Earth wire with GSW 70 having a Dia of

11mm and 95/55 ACSR having a Dia of 16mm

respectively.

Clause 1 (Introduction) in Part 2, Section VII

mentions use of GSW Earth wire. Whereas

Technical Schedule, clause 6.2 (Earth wire)

mentions 95/55 ACSR.

Please confirm the type of Earth wire to be used for

the subject project.

Refer to response in Qn 52.

214 Clause

4.1.1

clause 7.1

(Specific

data for

Insulator

type 1)

(Insulator

type 1)

with Glass

Insulator

Technical

Schedule,

Clause 4.1.1 (Insulator type 1) with Glass Insulator

mentions UTS of Insulator for Tension string as

210kN. Technical Schedule, clause 7.1 (Specific

data for Insulator type 1) mentions UTS of Insulator

for Tension set as 120kN. Please confirm the UTS

of Tension Insulator.

Refer to response to Qn.207.

215 Clause 4.6 (Clamps

and

Fittings)

Clause 4.6 (Clamps and Fittings) of specification

mentions tower attachment as Hinge type for both

Suspension & Tension strings which is as per our

past supplies to TANESCO, Tanzania. However in

bid drawings, tower attachment is anchor shackle.

Please confirm the tower attachment required.

Refer to response to Qn.208.

65 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

216 Technical

Schedule

clause 7.1 Technical Schedule, clause 7.1 mentions material

requirement of inner sleeve of Tension clamp for

conductor as Stainless steel. The conductor for this

project is Bluejay ACSR with inner core of

Galvanized steel. Hence the inner sleeve of Tension

clamp should be Galvanized steel & not stainless

steel. Kindly confirm the same.

Refer to response to Q209.

217 Insulators Please provide us the following information for

offering suitable design of composite insulators:

1. 400 kV/120 KN Composite Insulator

(Suspension):

Nominal length: _____ mm

Dry Arc Distance: _____ mm

Creepage Distance:10500 mm

Ball Socket Dia / Coupling Size: __mm

2. 400 kV/160 KN Composite Insulator

(Suspension):

Nominal length: _____ mm

Dry Arc Distance: _____ mm

Creepage Distance: 10500 mm

Ball Socket Dia / Coupling Size: __mm

3. 400 kV/210 KN Composite Insulator (Tension):

Nominal length: _____ mm

Dry Arc Distance: _____ mm

Creepage Distance: 10500 mm

Ball Socket Dia / Coupling Size: __mm

The necessary specification are

as is specified in the Technical

Specifications. Design to meet

these requirements is the

contractor’s responsibility.

66 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

218 Can you kindly confirm that if the original

certificate data that the bid data required is Chinese

version, whether it is needed to be certified by third

party when it is translated into English before been

submitted?

Confirmed.

219 We have registered to bid the Lot T1 and T4, we

also meet the requirements of bidding Lots of T2,

T3 and we are quite interested in bidding T1,T2,T3

at the same time. Can you kindly confirm if it is

feasible the consortium change biding Lots T1,T4

into T1,T2,T3?

.Comply to the bid requirement

220 Dead End Towers, Lot T2 In the Schedules of Rates and Prices, Page 11 of 20,

for Lot T2 under the Item No.4.5.5 two Dead End

Towers and associated connections for new Arusha

400 kV Substation with existing 220 kV line are

envisaged. Since the subject connections and data

for dead end towers were not mentioned in the

section Scope of Works of the Employer’s

Requirements –B1 Particular Technical

Requirements for 400 kV Overhead Line.

Please clarify the Item No.4.5.5. in Lot T2 of

Schedules of Rates and Prices.

Refer to response in Item

No.148.

221 Insulator strings attachments According to the B1 Particular Technical

Requirements for 400 kV Overhead Line, Clause

4.6, page 58, for double tension insulator sets

double point attachments shall be provided for all

tower crossarms, but acc. to Employer’s

Requirements drawings both double suspension and

double tension strings have one point attachment to

tower crossarms.

Please confirm whether we can use one point

attachment?

Refer to response to Qn.11.

67 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

222 Conductor/earthwire sags As per Technical Schedules of Guaranteed

Characteristics, page 135, earthwire sag compared

to the conductor sag at 25⁰C for the nominal span

shall be 5% less, while in the B1 Particular

Technical Requirements for 400 kV Overhead Line,

pages 61 and 102, there is a request for the earth

conductor sag to be 10% less than the line

conductor sag at everyday temperature in still air

and in any span.

Please confirm which requirement is to be followed.

Refer to response to Qn.5.

223 Maximum conductor temperature Please confirm correct value for maximum

conductor temperature as it is stated differently in

B1 Particular Technical Requirements for 400 kV

Overhead Line, page 3 where max. conductor

temperature is 80⁰C, and Technical Schedules of

Guaranteed Characteristics, page 131, where the

same temperature is 85°C.

Please confirm or clarify.

Refer to response to Qn.145.

224 Heavy angle tower type 400T70 and Terminal

tower type 400Trm Following the B1 Particular Technical

Requirements for 400 kV Overhead Line, pages 59,

62 and 132 as well as in Schedules of Rates and

Prices for each Lot there are both heavy angle

400T70 and terminal 400Trm tower types to be

designed. However, acc. to Technical Schedules of

Guaranteed Characteristics, page 140 there is one

heavy angle tower type 400T70 only acting as an

angle tower (30°-70°) and as terminal tower (0°-

45°).

Does it mean that tower type 400T70 should be

designed as one heavy angle/terminal tower only?

Refer to response in Qn.148.

68 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

225 Tension sets for earthwires OPGW/OHGW Please clarify the difference between Straight

through double tension set for OPGW and OHGW

(Items 7.02 and 7.09 of Schedules of Rates and

Prices for each Lot K1, T1, T2 and T3) and Double

dead end tension set (Items 7.03 and 7.10 of

Schedules of Rates and Prices for each Lot K1, T1,

T2 and T3.

Since the same quantities for both items were

indicated, kindly clarify accordingly.

The specifications/quantities

are applicable

226 Mid-span tension joints for OPGW According to the Schedules of Rates and Prices for

each Lot K1, T1, T2 and T3 under the Items 8.10

there are quantities for mid-span tension joints for

OPGW conductor to be offered.

Kindly clarify do we have to quote these items?

Revised price schedule will be

provided.

227 Live line maintenance Please clarify whether the live line maintenance

have to be taken into consideration while preparing

tower design as indicated in Employer’s

Requirements drawings (Tower outline drawing

showing lineman). Live line maintenance is not

mentioned in B1 Particular Technical Requirements

for 400 kV Overhead Line in the section Steel tower

design neither in part explaining Conductor spacing

and clearances.

Please clarify or confirm.

Refer to the response to Qn.11

above.

69 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

228 Special towers Following the Schedules of Rates and Prices for

each Lot K1, T1, T2 and T3 under the Item 9.0

(SPARES) Special towers should be quoted.

However, there are no requirements defined in B1

Particular Technical Requirements for 400 kV

Overhead Line regarding special towers design.

Please clarify or confirm.

Refer to response in question

Qn.118.

229 Mobilization In schedule 4 of price of schedule for all lots,

item 1.06 is described as: “Mobilization of

construction Equipment as per Iterm 2.6, Section III

Evaluation and Qualification Criteria (0.5% of Bid

price).“

Please clarify meaning of percent 0.5% of Bid

price.

Refer to response in Qn.123.

230 Software In Schedule 1 of Schedule of prices for all lots item

10.1.9, Software for mechanical and electrical

design (Jove) is required.

Under the item 1.30 Office accommodation for use

of the Employer/Engineer, of work requirements

bidders shall provide:

License for latest versions of the following software

for the entire project duration:

Power line Systems – PLS CADD and PLS Tower

- 5 each.

Since, both programs are used for design of

transmission lines, please confirm necessity to

provide both of them (JOVE and PLS CADD &

PLS TOWER ).

Refer to revised Price

Schedules Item No.10 "O&M

Tools/ Equipment" for T1, T2

and K1.

70 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

231 If we understood correctly for Earth conductors, the

Interconnection overhead transmission line shall be

equipped with one steel ground wire GSW (70 - 11

mm diameter, cross section 72.2mm2) and one

optical ground wire (OPGW, 48 fibers).In that case,

ACSR Conductor 95/55 mentioned in Schedule 4

(Excel document " 4-3 Section IV 6b_TS-

3_Schedule Rates and Prices_T2 Final 23.06.2015.

"), shall not be used, please confirm.

Refer to response in Qn.52.

232 Please clarify and confirm following 400kV DC

Towers quantities:

400 Tp Transposition Tower

0° - 2° Tension

Special Tower (400S/400T15/400T30 I 400T70)

Suspension/Tension

Where in the opinion of the Employer it is required

to provide transposition of the line, Type 400 Tp

tower has to

be provided at approved positions for this purpose,

please confirm.

Total quantity is 3 towers?

What is purpose of the special towers specified as

follows:

4.1.35 Type 400S Special Tower per tonne

150

Quantity is 3 towers?

4.2.35 Type 400T15 Special Tower Basic

per tonne 50

Quantity is one tower, please confirm.

It will be the EPC contractor's

duty to prepare the

transposition arrangement

when

submitting tower spotting for

approval.

For Specail towers, refer to

response to Qn.118.

71 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

233 Time

extension

request for

bid

submission

With reference to subject tender, we have studied

the specification and are awaiting for the receipt of

first set of clarifications from client. Considering

the complexity and huge volume of work involved

in this tender, we feel we will require some more

time to work-out themost Competitive &

Comprehensive offer. In view of this, we request

you to kindly extend the bid submission date by at

least 4 weeks from the current closing date.

Bid submission date shall be

29th September, 2015.

234 Section 6:

Employers

Requiremen

t,

Clause 4.6

Page No.

58

In the technical specification, “hinge” is to be used

for tower attachments, whereas in the reference

drawings anchor shackle is shown for tower

connection.

Request you to kindly clarify the type of tower

connection required for tower attachment.

Refer to response to Qn.208.

235 Section 6:

Employers

Requiremen

t,

Clause 4.6

Page No.

58

In the technical specification, it is given that Double

Tension String must have double point attachment

for all tower cross-arm, whereas in the reference

drawing shows single point attachment for Double

Tension String. Request you to kindly clarify the

type of tower attachment to be used for Double

Tension String.

Refer to response to Qn.11.

236 Section 6:

Employers

Requiremen

t,

Clause

4.1.1- III

Design

In the technical specification, number of insulator

discs for Tension string (Type 1) are given as 27

units, whereas in the GTP, the no. of discs are

shown as 29.

Kindly clarify.

Comply with specifications as

per Part 2: Work

Requirements-Lot T1-T2-T3 &

K1

in Section 4: Insulators and

Fittings.

237 Section 6:

Employers

Requiremen

t,

Clause

4.1.2

Details about the length of Composite Insulators has

not been provided in the specification

Kindly provide the length of the Composite

Insulator for Kenya Side or kindly provide the

reference drawings for Composite Insulators of 120

KN, 160 KN & 210KN.

Refer to response to Qn.217.

72 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

238 Section 6:

Employers

Requiremen

t,

Technical

Specificati

on &

Technical

Schedules-

OPGW

Diameter of OPGW is not given in the technical

specification and GTP.

Request you to kindly provide the same.

The requirement is OPGW

with capacity for 48 optical

fibers.

Refer to response in Qn. 165.

239 Section 6:

Employers

Requiremen

t,

Technical

Specificati

on &

Technical

Schedules-

Glass

Insulators

Arc Gap for Glass Insulator String Sets is not given

in the technical specification and GTP.

Request you to kindly provide the same.

It is the EPC Contractor's

assignment to design Arc Gap

for Glass Insulator String Sets.

Also, refer to response in

Qn.217.

240 Section 6:

Employers

Requiremen

t,

Technical

Specificati

on &

Technical

Schedules-

Conductors

Spacing between Conductor centres for Twin

ACSR Bluejay is not provided on the technical

specification and GTP.

Request you to kindly provide the same.

Refer to response in Qn 49.

241

Section 6:

Employers

Requiremen

t,

Price

Schedule:

Schedule 1-

Item 8.03-

GSW

Technical

Specificati

on &

Technical

Schedules-

Earthwires

The BOQ mentions requirement of Earth wire

&Earthwireaccessories for GSW 70 – 11mm, 1300

grade (ACSR 95/55). Please note that these are 2

different types of Earth wire with GSW 70 having a

Dia. of 11mm and 95/55 ACSR having a Dia. of

16mm respectively.

Clause 3.1, Section VI mentions use of GSW Earth

wire. Whereas Technical Schedule, clause 6.2

(Earth wire) mentions 95/55 ACSR.

Kindly confirm the type of Earth wire to be used for

the subject project.

Refer to response in Qn 52.

242 Section 6:

Employers

Requiremen

t,

Clause 7.1-

Tension

Clamps

Technical

Schedule-

Technical Schedule, clause 7.1 mentions material

requirement of inner sleeve of Tension clamp for

conductor as Stainless steel. The conductor for this

project is Bluejay ACSR with inner core of

Galvanized steel. Hence the inner sleeve of Tension

clamp should be Galvanized steel & not stainless

Comply with Schedule of

Technical Guaranteed

Characteristics.

73 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

steel. Kindly confirm the same.

243 We refer to the Price Schedules of all Lots and there

are mismatch of Tower Bill of Quantities between

Supply of Towers and the Number of Tower

Foundation as detailed below :

Summary of Towers Unit Quantity as per

Tower BOQ Quantity as per FDN BOQ

Lot K1

Lot T1 Lot T2 Lot T3 Total Lot K1 Lot T1

Lot T2 Lot T3 Total

Tower Type 400S,

Normal Suspension per Tower 213 341

346 198 1098 234 331 331

219 1115

Tower Type 400T15,

Light Angle per Tower 30 22

21 6 79 33 25

25 9 92

Tower Type 400T30,

Medium Angle per Tower 15 19

17 5 56 20 21

21 10 72

Tower Type 400T70,

Heavy Angle per Tower 11 13

11 6 41 13 15

15 8 51

Tower Type 400Trm,

Terminal Tower per Tower 2 2 2

2 8 3 4 4

4 15

Tower Type 400TP,

Transposition per Tower 3 3 3

3 12 5 6 6

6 23

Total Number of Towers

Refer to response in Qn 28.

74 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

Excl Special Towers 274 400

400 220 1294 308 402 402

256 1368

Please clarify.

244 As per the Price Schedule of all Lots under Item

No. 1.06 it is mentioned as “Mobilization of

construction Equipment as per Item 2.6, Section III

Evaluation and Qualification Criteria (0.5 % of Bid

Price)”. So kindly Clarify whether bidders have to

Quote 0.5 % of Bid Price or the actual bidders

estimated Cost for Mobilization of Equipment.

In case % of Bid Price has to be Quoted then clarify

whether 0.5 % of Total Bid Price or 0.5 % of the

Total Installation Schedule NO. 4 Bid Price to be

Quoted for the item 1.06. Equipment Mobilization.

Refer to response in Qn 132

245 Please Clarify the correctness of our below

understanding on Price Schedule description of

Towers:

The Quoted price for all Type of Towers Body

Extension shall be for the Extension portion only

excluding Tower Basic Body. Kindly Clarify &

Confirm as its unit is mentioned as per Tower.

Refer to response in Qn.28.

75 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

246 Section III

Evaluation

and

Qualificatio

n Criteria

Sub-Factor

2.4.2

Specific

Experience

(a) Contracts of similar size and nature. The

similarity shall be based on the physical size,

complexity, methods/technology or other

characteristics as described in Section IV, Bidding

Forms: As an EPC contractor in: at least two (2)

contracts within the last Seven (7) years, each, 150+

km of length, 330 kV HVAC/HVDC or above that

have been successfully completed and that are

similar to the proposed works. The similarity shall

be based on the physical size, complexity and

methods/technology or other characteristics as

described in Section VI, Scope of Works in order to

be qualified for award of a contract for Lot.K1 of

Kenya,

You have asked for at least two (2) contracts within

the last Seven (7) years, each, 150+ km of length.

However the Scope of Work is limited to

approximately 96 km. In lieu of the same we

request you to revise your Qualification

Requirement equivalent to scope of work i.e. 96

km. Please clarify.

Requirement remains as is

specified in Section III

Evaluation and Qualification

Criteria.

Comply with respective

evaluation criteria

247 Section II

Bid Data

Sheet

ITB 19.1;

Page 6

As per BDS our understanding is, a single bid

security of US$ 650,000 or its equivalent in a freely

convertible currency shall be submitted for

Tanzania Lots T1, T2 & T3 (combined). And a

separate bid security of US$ 450,000 or its

equivalent in a freely convertible currency shall be

submitted for Kenya Lots K1

Kindly confirm.

The requirement is clearly

defined and explained in the

clause ITB19.1 in Section II.

Also, refer to response in Item

No. 71.

76 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

248 Drg No.

010, 011 &

012 & Cl.

5.2

Tender

drawings &

pg 60

In tender drawings, the leg extensions shown from -

3m to +4.5m interval of 1.5m height and body

extension shown for +4.5m height. In Cl. 5.2, it is

mentioned "the range of body extensions shall be

from -3m to +16m" and "leg extensions from 0m to

+10.5m in steps of 0.5m".

Please confirm, the body extensions and leg

extension details.

Clause 5.2 Prevail.

Also, refer to reponse to

Qn.48.

249 Drg No.

010, 011 &

012 & Cl.

5.2

Tender

drawings &

pg 60

In tender drawings, the leg extensions shown from -

3m to +4.5m interval of 1.5m height. In Cl. 5.2, it

is mentioned "leg extensions from 0m to +10.5m in

steps of 0.5m". We presume, in our design that the

difference in unequal leg extension to be considered

as 3m height.

Please confirm.

Clause 5.2 Prevail.

Also, refer to reponse to

Qn.48.

250 Drg No.

010, 011 &

012

Tender

drawings

In tender drawings, "the tower base width, waist

level width, C/A projections and tower heigh

dimensiions are shown for Suspension & Angle

towers". Also, in notes these dimensions are

typical.

Kindly confirm, any tower base width restrictions

for this line requirement and indicated dimension in

the tender drawings are reference only.

Refer to reponse to Qn.11.

77 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

251 Cl.5.5 &

Cl. 5.7

pg. 60 &

pg. 65

In. Cl. 5.5, mentioned that "For tower type 400S,

the wind span values 440m for the line angle of 0° ;

for line angles > 0°, the wind span has to be

decreased accordingly". But in Cl. 5.7, i) for

transverse load calculation it is mentioned that "The

full wind span shall be taken regardless of the angle

of line deviation".

Kindly confirm the wind span values for 400S

tower.

Refer to response to Qn.177.

252 Cl. 3.2 pg. 45 In Cl. 3.2, the dimensions of angles as per EN

10056.

Please confirm, for the economical tower design

we are using the commonly available angle

members in the market.

Comply to the Specification

253 Cl. 5.7 pg. 66 In Cl. 5.7, The contractor shall give details of any

reductions required to the lengths of spans where

the Aircraft warning Markers are used.

Please confirm.

Need for clarification not

understood. The clause is

clearly enough.

254 Cl. 5.9 pg. 66 In Cl. 5.9, The tower shall be designed to withstand

all the construction and maintenance loading

conditions reommended in Cl.3.5 of IEC 60826

with the factor of safety stated in Technical

schedules. But in same clause the contractor shall

ensure all towers can safely withstand any other

loading condition that may exist during construction

operations with the minimum FOS as recommended

by IEC 60826 standard. We presume that the tower

shall be designed for the Construction and

Maintenance loading calculated as per IEC 60826

and FOS shall be applied as per Technical schedule.

Please confirm.

Comply to the specification

78 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

255 Cl. 5.10 &

Cl. 5.12

pg. 67 &

68

In Cl. 5.10, The FOS for Uplift as 0.9 for Dead

weight of tower. But in Cl. 5.12, The FOS for

Uplift as 1.0 for Dead weight of tower.

Please confirm

Refer to response to Qn.151.

256 Cl. 1.7,b) &

Technical

Schedules

pg.3 & pg.

131

In. Cl.1.7, the Maximum conductor temperature

mentioned as 80deg C. But in Technical schedule,

the Maximum Conductor temperature mentioned as

85 deg C.

Please confirm.

Refer to response to Qn.145

257 Cl. 5.4 &

Technical

Schedules

pg. 61 &

pg.135

In Cl. 5.4, At every day temperature in still air, in

any span, the earth conductor sag shall be

approximately 10 % less than the line conductor

sag. But in Technical schedule, earth wire sag

compared to the conductor sag at 25 deg C for the

nominal span as 5 % less.

Please confirm the Sag ratio 10% or 5% less.

Refer to response to Qn.5.

258 Cl. 5.10 &

Technical

Schedules

pg. 67 &

pg. 133

In Cl. 5.10, The partial safety factor for steel bolts

as 1.15. But in Technical schedule, the partial

factors for Bolts mentioned as 1.25.

Please confirm the partial factor for Bolts as 1.15 or

1.25.

Refer to response to Qn.53.

259 Tender

drawing &

Technical

Schedules

Tender

drawing &

pg. 131

In Tender drawing the number of conductor per

phase shown as 3. But in Technical schedule, the

number of conductor per phase as 2.

Please confirm the no. of conductor per phase as 3

or 2.

Refer to response to Qn.13.

79 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

260 Cl. 5.5 &

Technical

Schedules

pg. 62 &

pg.139

In Cl. 5.5, the minimum weight span for light angle

tower (400 T15)as 300m. But in Technical

schedule the minimum weight span for light angle

tower as -300m.

Please confirm.

Refer to response to Qn.185.

261 Technical

Schedules

pg.134 The Ultimate foundation reactions shall be

calculated from the tower reactions including the

partial factor for load actions (YF) and excluding

the partial factor for material Ym of corresponding

tower (ie for Suspension tower as 1.1 & for angle

towers as 1.15) and multiplied by the partial factor

for soil property for Suspension tower as 1.9 & for

angle towers as 2.15.

Kindly confirm.

Refer to response to Qn.8 and

Qn.59.

262 Cl. 5.2 pg. 60 We presume that the Special towers requirement

shall be decided during operating stage.

Please confirm.

Refer to response in question

Qn.118.

263

ITB 19.1 “If a Bidder submits only Bids for one country, he

is only obliged to provide a single bid security of

US$ 420,000 for Kenya”. It seems that there has

been a

Delete US$450,000

bid security and

replace with

US$420,000 as

stated in the

Specific

Procurement Notice

for Kenya and

US$650,000 for

one, two or three

Lots in Tanzania as

per ITB 19.1

80 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

264

Schedule

Rates and

Prices_T2.

Dead End Tower and associated connections to new

Arusha 400kV Substation with existing 220kV line

The existing 220kV

line shall terminate

and start again at

New Arusha

substation as per

conceptual design.

Four (4) towers

shall be removed

from the existing

220kV bee line that

interfer with the

proposed substation

area. New four(4)

Angle towers and

two (2) Dead End

towers shall be

designed,

manufactured,

tested, supplied and

installed as per

requirement. All

associated work of

modifying 220kV

line, i.e removal of

existing 220kV

towers, foundation,

erection, stringing

and connections to

gantries for the new

towers shall be

under Lot 2

contractor as per

item 4.5.5 of Price

Schedule. Refer to

attached sketch.

81 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

265

As per

appendix-B

Simultaneo

us

unbalance

loading

condition

shall be

taken at

EDT which

is 20% of

ultimate

tensile

strength.

What are the values to be taken for unbalanced

loading condition wind on wires, insulator and

structures.

AMMENDMENT: The conductor, earthwire and

OPGW tensions to be applied shall be the maximum

ones (under maximum wind conditions).

Furthermore: The conductor shall be strung with

consideration of the following maximum tension/

stress criteria:

-Every day tension condition:

At the yearly average temperature (25°C), with no

wind, the final horizontal tension/ stress shall not

exceed 18 % of the calculated breaking load/ stress or

of the minimum guaranteed breaking load/ stress

indicated by the manufacturer.

-Maximum load condition:

At the minimum temperature (10°C) with maximum

design wind load, the final horizontal tension/stress

shall not exceed 50 % of the calculated breaking

load/stress or of the minimum guaranteed breaking

load/stress indicated by the manufacturer. The

conductor shall have, within the adopted limit state

design method, the following partial safety factors:

-partial safety factor for actions γF: 1.30

-partial material safety factor γM: 1.55

This is equivalent to a limitation to 50 % of the

breaking load within the classical global safety factor

method.

NOTE: The Bidder shall supply for the conductor

stringing data (initial and final) calculated for

different line spans in a chart or tabular form, sag and

tensions for the temperatures between 10° - 85º C.

82 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

266

Section III,

Evaluation

&

Qualificatio

n criteria

Clause

2.4.2

Specific

Experience

Evaluation

&

Qualificati

on criteria

is to be

fulfilled by

each

partner of

Joint

Venture,

Consortium

or

Association

The requirement should be met by All partners

combined.

Combined Joint

Venture must meet

the requirement.

However the

member of

consortium who

provide information

for experience

qualifications must

be involved in

actual construction

of the project.

267

Schedule

Rates and

Prices_K1,

T1,T2 and

T3

The tower foundation quantities are not

correspondent with steel towers to be erected for

Lots K1,T1,T2 and T3.

Revised price

schedule is

provided.

268

Section VI

Technical

Schedules

Item 6.2. Earthwire

type ACSR

95/55 is

required

while in

Price

Schedule,

Item 8.03. ,

9.72, 9.76

etc.

Earthwire

type GSW

70 ( GSW

70-11 mm).

Which Earthwire type to be considered ACSR

95/55 or GSW 70 ( GSW 70-11 mm).

Delete GSW 70 (

GSW 70-11 mm).

Earthwire type

ACSR 95/55 shall

be used.

83 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

269

Bolt and

Nuts

Bolt and Nuts grade & class specifications are not

provided.

All tower steel

connection bolts,

nuts and washers

shall conform to

ISO 898-1 and –2

or equivalent. Only

the bolt classes 5.6

and/or 8.8 shall be

used. Also, All

tower bolt

connections shall be

provided with one

flat washer and one

spring washer. The

minimum diameter

shall be 16 mm.

270

Clause 5.10

& clause

5.12

Dead Load

factors

Which value of tower dead load factor is to be

considered, 0.9 or 1.0

Delete 1.0. In case

of uplift loads for

foundations dead

load factor shall be

0.9 only.

271

Employers

Requiremen

t:

Swing

angle

Swing angle of suspension Insulator under

moderate wind condition

In the outline diagram the swing angle for moderate

wind condition is shown as 39 deg. Please confirm

whether same swing angle is to be used in moderate

wind condition for clearance checking.

The swing angle

determination for

suspension

insulator strings is

calculated as per

EN 50341-1, which

uses a three years

wind (wind

pressure 58% of

maximum pressure)

for clearance

calculations.

84 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

272

factor of

safety at

EDT

Please provide minimum factor of safety for

conductor and earthwire at everyday temperature,

still air.

AMMENDMENT: The conductor shall be strung

with consideration of the following maximum

tension/ stress criteria:

Every day tension condition:

At the yearly average temperature (25°C), with no

wind, the final horizontal tension/ stress shall not

exceed 18 % of the calculated breaking load/ stress or

of the minimum guaranteed breaking load/ stress

indicated by the manufacturer.

Maximum load condition:

At the minimum temperature (10°C) with maximum

design wind load, the final horizontal tension/stress

shall not exceed 50 % of the calculated breaking

load/stress or of the minimum guaranteed breaking

load/stress indicated by the manufacturer.

The conductor shall have, within the adopted limit

state design method, the following partial safety

factors:

Partial safety factor for actions γF: 1.30

Partial material safety factor γM: 1.55

This is equivalent to a limitation to 50 % of the

breaking load within the classical global safety factor

method. The Bidder shall supply for the conductor

stringing data (initial and final) calculated for

different line spans in a chart or tabular form, sag and

tensions for the temperatures between 10° - 85º C.

85 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

273

Work

Requiremen

ts-Lot T1-

T2-T3 & K1

page 62, Cl

5.5

0°-90°

angle of the

slack span.

According to page 62, Cl 5.5 of Part 2:Work

Requirements-Lot T1-T2-T3 & K1, the line angle

of Tower type "400T70" is mentioned as 30°-70° &

0°-90° considering the slack span between terminal

tower and S/S gantry. However, in page 140 of

Technical schedule of Guaranteed Characteristics of

Part 2: Work Requirements-Lot T1-T2-T3 & K1,

the line angle of Tower type "400T70" is mentioned

as 30°-70° only. Confirm whether "0°-90°

considering the slack span between terminal tower

and S/S gantry" is to be considered for Tower type

"400T70".

"0°-90° angle of

the slack span to the

gantry between

terminal tower and

S/S gantry shall be

considered for

tower type

"400T70".

274

Work

Requiremen

ts-Lot T1-

T2-T3 & K2

page 67,

Cl 5.10

Tower

Loading

According to page 67, Cl 5.10 of Part 2: Work

Requirements-Lot T1-T2-T3 & K1, kindly explain

the notations for N1….N3 & E1…E3.

The loading

information on

towers are added ie

N1,N2,N3) which

are referred to

Normal Loading

Cases (

Deadweight, Wind

and Cascading)

E1,E2,E3 are

Exceptional

Loading Cases (

Broken Wires

Cascading Erection

and Maintenance)

275

Technical

Schedule

clause 7.1 Conductor

material

Technical Schedule, clause 7.1 mentions material

requirement of inner sleeve of Tension clamp for

conductor as Stainless steel. The conductor for this

project is Bluejay ACSR with inner core of

Galvanized steel. Hence the inner sleeve of Tension

clamp should be Galvanized steel & not stainless

steel. Kindly confirm the same.

The inner sleeve of

Tension clamp

should be

Galvanized steel.

Also, the core

(galvanized steel

wires or aluminum

clad steel wires) of

the phase

86 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

conductor,

earthwire and

OPGW shall be

greased. The grease

shall comply to the

requirements of EN

50326.

276 Insulators Referring to Section VI ( Part 2 ), Item 4.1.1.

Insulator type 1. (Glass insulator) shall be used for

Lots T1, T2 and T3 while composite insulator shall

be used for Lot K1 . In the Price Schedules 1. for

Lot K1, Item 6.0. is stated that Insulator type

1.(Glass insulator) is included in Insulator sets .

Please clarify or confirm .

Refer response to Qn.80 . Delete type 1

insulator in Price

schedule 1 for Lot

K1 and replace

with insulator type

2.

277 Schedule

Rates and

Prices_K1,

T1,T2 and

T3

Tower

basic body

In Price Schedule, Quantity for 0m Body Extension

is missing. Please Provide.

0m body extensions

correspond to basic

tower body.

278 Schedule

Rates and

Prices_K1,

T1,T2 and

T3

Leg

extensions

Quantity of Leg Extensions in Price Schedule is

given for the range of 0.5m to 10.5m in step of

0.5m. Total quantity of these Leg Extensions does

not match with Basic Tower Body quantity. e.g. For

Lot K-1, T.T. 400S Basic Tower Body is 213 nos.,

so total quantity of Leg Extensions should be 213 x

4 = 852 nos. But, total of Leg Extension quantities

from 0.5m to 10.5m Leg Extension is 241. That

means the remaining quantity shall be either for 0m

Leg extension or the total quantity for Leg

Extension given in price schedule shall be corrected

to 852. If the remaining quantity as per the above

explanation is for 0m Leg Extension, then the same

should be included in the Price Schedule. Please

clarify.

The revised Price

Schedule is

provided .The

remaining quantity

of tower is for ±0m

Leg extension.

87 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

279 Schedule

Rates and

Prices_K1,

T1,T2 and

T3

OPGW

Accessorie

s

We have noticed that quantity of OPGW

Accessories under Sr. no. 7.01,7.02 & 7.05 is not

correct in the price schedule.

Please confirm and issue us the revised price

schedule if our above understanding is correct

Revised price

schedule is

provided.

280 Schedule

Rates and

Prices_K1,

T1,T2 and

T3

OPGW

mid-span

joint

As per price schedule quantity requirement is

shown for Mid-Span tension joint for OPGW.

However, as per our understanding Mid span

tension joint is not required for OPGW.

Kindly confirm the correct requirement.

Revised price

schedule is

provided. There is

zero quantity for

the same.

281 Schedule

Rates and

Prices_K1,

T1,T2 and

T3

Insulators

and fittings

Single Suspension, Double suspension, Insulator

String, Twin Tension, Insulator String and Twin

Space Damper: Qty required & Qty given in the

Price schedule are not matching.

Revised price

schedule is

provided.

282 Schedule

Rates and

Prices_K1,

T1,T2 and

T3

Software Software

In Schedule 1 of Schedule of prices for all lots item

10.1.9, Software for mechanical and electrical

design (Jove) is required.

Under the item 1.30 Office accommodation for use

of the Employer/Engineer, of work requirements

bidders shall provide:

License for latest versions of the following software

for the entire project duration:

Power line Systems – PLS CADD and PLS Tower

- 5 each.

Since, both programs are used for design of

transmission lines, please confirm necessity to

provide both of them ( JOVE and PLS CADD &

PLS TOWER ).

Confirmed.Added

supply of PLS

CADD and PLS

Tower to Item

10.1.9 of Price

Schedule 1

88 Kenya Tanzania Power Interconnection Project – Lot T1, T2, T3, K1

S/N PART SECTION CLAUSE DESC. BIDDERS QUERY CLARIFICATION AMENDMENT

283 Section VI:

D. Drawings

(TS-3)

Drawing

List.

Section VI:

(Part C) -

Employers

Requiremen

ts Drawings.

Drawing nos. mentioned in the drawing list is

mismatch with the drawings available on the

KETRACO website & hardy copy of specification.

Delete drawing

table of content

293

ITB 22.1 BDS, ITB

22.1

Deadline

for bids

submission

The deadline for

bids submission

(Tanzania &

Kenya) is extended

to

Date: 21 October

2015.

Time: 10.00 a.m.

East Africa Time.