ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project

Size: px
Start display at page:

Download "ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project"

Transcription

1 ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project Bidding document For Design, supply, installation and Commissioning of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV. Tender Reference No:001/W/ /ICB/BE3-EARP Procurement Method: International Competitive Bid (ICB) Date of Issue: 29/ September/ 2017

2 Table of Contents INVITATION FOR BIDS PART 1 BIDDING PROCEDURES Section I. Instructions to Bidders Section II. Bid Data Sheet Section III. Evaluation and Qualification Criteria (Without Prequalification) Section IV. Bidding Forms Section V. Eligible Countries PART 2 WORKS REQUIREMENTS Section VI. Works Requirements PART 3 CONDITIONS OF CONTRACT AND CONTRACT FORMS Section VII. General Conditions Section VIII. Particular Conditions Section IX. Annex to the Particular Conditions - Contract Forms 2

3 Kigali,29 September 2017 Ref: N o / 5726/MD-EDCL/YN/rjg/uc Invitation for Bids 1. The Government of Rwanda has received a grant from the Belgian Kingdom within the framework of Improving Access to Reliable On-grid Electricity Service for Households and Public Priority Institutions Belgian contribution to EARP for upgrading Rubavu Network from 6.6kV to 30kV and Upgrading the Single phase Network in Eastern province to Three phase Network. It is intended that part of the proceeds of this funding will be applied to eligible payments under the contract of Design, supply and installation of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30Kv. The scope of work shall include the street lighting of Rubavu town of 10km approximately. 2. EDCL invites sealed bids from eligible bidders for design, manufacturing, testing before shipment and delivery to sites, installation and commissionning test for upgrading of distribution network in Rubavu. The detailed schedule and description of equipment and materials will be found in the detailed price schedules, technical specifications and elsewhere in the bidding document. All design, supply and delivery of all items in price schedules and further detailed activities in the Bill of Quantities and all installation, including the associated Civil Works, testing and commissioning shall be completed within maximum period of fifteen (15) months after commencement date of the contract. 3

4 3. Interested eligible bidders may obtain further information and inspect the bidding documents at the office of the Procurement specialist of the project BE3-EARP, Kigali City Tower (KCT) 10th floor from 8:00 am to 5:00 pm as of 02 nd / October/ A complete set of bidding documents in English may be obtained by interested bidders at the above address from02 nd / October /2017, on presentation of the bank statement as a proof of payment of a non-refundable fee of fifty thousand Rwandan francs (50,000Frw) or equivalent in any freely convertible currency. The amount is to be deposited at the following bank account: 1. Bank Name: National Bank of Rwanda (BNR) 2. Bank Address: Kigali- Rwanda 3. Account Name: RECO/EARP 4. Account Number: n Swift Code: BNRWRWRW 5. A mandatory site visit is scheduled from 01 st November 2017 and will be organized by BE3-EARP project. The venue for departure is fixed at EDCL operating in Kigali City Tower (KN81 ST) 8:00 a.m. Kigali local time (or 6:00 a.m. GMT). 6. The pre bidding meeting is fixed on 01 st November 2017 at Rubavu District 7. Bids prepared in hard copies and signed must be delivered to the address below on or before 28 th /November/2017 at 10:00 a.m. Kigali local time or 8:00a.m.GMT. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders designated representatives and anyone who chooses to attend at the address below on 28 th /November/2017 at 8:30 am GMT, 10:30 a.m. Kigali local time. 8. All bids must be accompanied by a Bid Security in the sum of Thirty five thousand Euros ( 35,000) or Thirty five millions three hundred thousand Rwandan Francs (Frw 35,300,000) issued by a bank using the Bid Security Form included in the bidding document. The bid security shall be valid for a minimum of 30 days beyond the deadline of the extended validity period of the bid. 9. Qualified domestic bidders may be eligible to receive a margin of preference in Bid evaluation in compliance with the law No 05/2013 of 13/02/2013 modifying and complementing the Law No 12/2007 of 27/03/2007 on public procurement and with the Ministerial order N 001/14/10/TC of 19/02/2014 establishing 4

5 regulations on Public Procurement, standard bidding documents and standard contracts. Domestic preference of 5% may be granted to domestic companies (registered in Rwanda and in East African countries) or foreign companies which have Joint Ventures with domestic companies where domestic companies are the lead of the Joint venture. Domestic preference of 5% will be granted to local products manufactured in Rwanda (Wooden Poles and Concretes Poles). 10. The address referred to above is: ENERGY DEVELOPMENT CORPORATION LIMITED (EDCL) KN2 ST 3, Nyarugenge District, Kigali City, PO Box 3855 Kigali, Rwanda. Kigali City Tower, 10th Floor, Done at Kigali on 29 th / September / 2017 RUHIGULA Jackson GAFULEKA Head and Procurement Management Services Yves NSHUTI Managing Director 5

6 PART 1 BIDDING PROCEDURES 6

7 Section I. Instructions to Bidders Table of Clauses A. General 1. Scope of Bid 2. Source of Funds 3. Fraud and Corruption 4. Eligible Bidders 5. Eligible Materials, Equipment, and Services B. Contents of Bidding Documents 6. Sections of Bidding Documents 7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting 8. Amendment of Bidding Documents C. Preparation of Bids 9. Cost of Bidding 10. Language of Bid 11. Documents composing the Bid 12. Letter of Bid and Schedules 13. Alternative Bids 14. Bid Prices and Discounts 15. Currencies of Bid and Payment 16. Documents Comprising the Technical Proposal 17. Documents Establishing the Qualifications of the Bidder 18. Period of Validity of Bids 19. Bid Security 20. Format and Signing of Bid D. Submission and Opening of Bids 21. Sealing and Marking of Bids 7

8 22. Deadline for Submission of Bids 23. Late Bids 24. Withdrawal, Substitution, and Modification of Bids 25. Bid Opening E. Evaluation and Comparison of Bids 26. Confidentiality 27. Clarification of Bids 28. Deviations, Reservations, and Omissions 29. Determination of Responsiveness 30. Nonmaterial Nonconformities 31. Correction of Arithmetical Errors 32. Conversion to Single Currency 33. Margin of Preference 34. Evaluation of Bids 35. Comparison of Bids 36. Qualification of the Bidder 37. Client s Right to Accept Any Bid, and to reject any or all Bids F. Award of Contract 38. Award Criteria 39. Notification of Award 40. Signing of contract 41. Performance Security 8

9 Section I. Instructions to Bidders A. General 1. Scope of the Bids 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet (BDS), the Client, as indicated in the BDS, issues these Bidding Documents for the procurement of Works as specified in Section VI, Works Requirements. The name, identification, and number of lots of the present Bidding are provided in the BDS. 1.2 The selected bidder will be responsible for executing the works at the completion date specified in the tender documents 1.3 Definitions Throughout these Bidding Documents: (a) the term in writing means communicated in written form and delivered against receipt; (b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and (c) day means calendar day including holidays unless provided otherwise. 2. Source of Funds 2.1 In the case the Client receives a financial assistance The Client (indicated in the BDS) has applied for or received financing (hereinafter called funds ) from the funding entity, (as indicated in BDS) toward the cost of the project (named in the BDS). The Client intends to apply a portion of the funds to eligible payments under the contract(s) for which these Bidding Documents are issued. 2.2 Payments by the funding entity will be made only at the request of the Client and upon approval by the funding entity in accordance with the terms and conditions of the financing agreement between the Client and the funding entity (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Client shall derive any rights from the Loan Agreement or have any claim to the funds. 3. Fraud and Corruption 3.1 The Rwanda Public procurement Authority (RPPA) requires that its officials, those from all procuring entities, as well as bidders, suppliers, and contractors and their subcontractors, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Law on public procurement as modified and completed to date: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence a civil servant or Government entity 9

10 (ii) fraudulent practice means any act or omission, including a misrepresentation, that knowingly or recklessly misleads or attempts to mislead a civil servant to obtain a financial or other benefit or to avoid an obligation (iii) collusive practice means arrangement between two or more parties designed to achieve an improper purpose, including influencing another party or the civil servant (iv) coercive practice means any act intending to harm or threaten to harm directly or indirectly persons, their works or their property to influence their participation in the procurement process or affect its performance (v) obstructive practice is: (aa) means destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators deliberately in order to materially impede investigations into allegations of a corrupt, coercive or collusive practice: and/or threatening, harassing or intimidating any party to prevent him/her from disclosing his/her knowledge of matters relevant to the investigation or from pursuing the investigations. (bb) acts intended to materially impede the exercise of the Client inspection and audit rights provided for under sub-clause 3.1(e) below. (b) will reject a bid for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; (c) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that they have, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a public procurement contract; and (d have the right to require that a provision be included in bidding documents and in contracts signed by the Client, requiring bidders/contractors to permit the Client to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Procurement entity. 4. Eligible Bidders 4.1 Eligible bidders for public procurement are those who deal in commercial activities and registered as businesses or those holding professional licenses or exercising any liberal profession. Other bidders eligible for public procurement are provided for in public procurement regulations. 4.2 To be eligible bidders may be required to prove that they are members of a professional body or that they abide by any other rules or procedures set by Rwanda Public Procurement Authority in collaboration with stakeholders in public procurement. 4.3 A Bidder may be a natural person, private entity, government-owned entity subject to ITB 4.5 or any combination of such entities in the form of a joint venture or association (JVA) under an 10

11 existing agreement or with the intent to enter into such an agreement supported by a letter of intent. In the case of a joint venture or association: (a) Unless otherwise specified in the BDS, all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms, and (b) The JVA shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the partners of the JVA during the bidding process and, in the event the JVA is awarded the Contract, during contract execution. 4.4 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if: (a) They have at least one controlling partner in common; or (b) They receive or have received any direct or indirect subsidy from any of them; or (c) They have the same legal representative for purposes of this bid; or (d) They have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the Client regarding this bidding process; or (e) A Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which such Bidder is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or (f) A Bidder participates as a consultant in the preparation of the design or technical specifications of the works that are the subject of the bid; (g) A Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Client as Supervision firm for the Contract implementation. 4.4 A Bidder that has been determined to be ineligible by any other Client for any reasons related to corruption shall not be eligible to be awarded a contract. 4.5 A Bidder shall provide such evidence of their continued eligibility satisfactory to the Client, as the Client shall reasonably request. 4.6 This bidding is open only to pre-qualified Bidders unless an exception has been granted by the Client, (as indicated in the BDS). 5. Eligible Materials, Equipment, and Services 5.1 The materials, equipment and services to be supplied under the Contract may have their origin in any country subject to the restrictions specified in Section V, Eligible Countries, and all expenditures under the Contract will not contravene such restrictions. At the Client request, Bidders may be required to provide evidence of the origin of materials, equipment and services. 11

12 B. Contents of Bidding Documents 6. Sections of Bidding Documents 6.1 The Bidding Document comprises three parts, which include all the Sections indicated below. Each page of the bidding document shall bear the Client s stamp. PART 1 Bidding Procedures Section I. Instructions to Bidders (ITB) Section II. Bid Data Sheet (BDS) Section III. Evaluation Criteria and Qualification Criteria Section IV. Bidding Forms Section V. Eligible Countries PART 2 Works Requirements Section VI. Works Requirements PART 3 Conditions of Contract and Contract Forms Section VII. General Conditions (GC) Section VIII. Particular Conditions (PC) Section IX. Annex to the Particular Conditions - Contract Forms 6.2 The Invitation for Bids issued by the Client is not part of the Bidding Documents. 6.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. Failure to furnish all information or documentation required by the Bidding Documents may result in the rejection of the bid. 6.4 Administrative documents required to bidders shall refer to the Laws in force in the bidders home country. 7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting 7.1 Any bidder may request in writing to the Client, at its address mentioned in the BDS, for clarifications on the bidding document or raise his/her enquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Client shall respond to any request for clarification within seven (7) days from the day of its reception. The Client shall communicate and forward, without disclosing the source of the request for clarification, to all bidders the copies of the clarifications that were given in response to the request by the Client. The Client will respond in writing to any request for 12

13 clarification, provided that such request is received no later than twenty-one (21) days prior to the deadline for submission of bids. The Client shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Result in changes to the key elements of the Bidding Documents, the Client shall amend the Bidding Documents following the procedure under ITB 8 and ITB The Bidder is advised to visit and examine the Site of Works and surroundings and obtain on his/her own responsibility all information that may be necessary for preparation of the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder s own expense. 7.3 The Bidder and any of personnel or agents will be granted permission by the Client to enter upon premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, personnel, and agents will release and indemnify the Client and personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection. 7.4 The Bidder s designated representative is invited to attend a pre-bid meeting, (if provided for in the BDS). The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. 7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Client not later than one week before the meeting. 7.6 Minutes of the pre-bid meeting, including the text of the questions rose, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Documents. Any modification to the Bidding Documents that may become necessary as a result of the pre-bid meeting shall be made by the Client exclusively through the issue of an Addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting. 7.7 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder. 8. Amendment of Bidding Documents 8.1 At any time prior to the deadline for the submission of bids, the Client may amend the Bidding Documents by issuing addenda. Such amendment shall be made on the initiative of the Client or in response to the bidders concerns. 8.2 Any addendum issued shall be part of the Bidding Documents and the Client shall promptly provide a copy of the addendum to each person to whom it provided the bidding document and make it public through the communication channel used for the initial tender notice. 8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Client should extend the deadline for the submission of bids, pursuant to ITB

14 C. Preparation of Bids 9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Client shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Client, shall be written in the language (specified in thebds). Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language (specified in the BDS), in which case, for purposes of interpretation of the Bid, such translation shall govern. 11. Documents comprising parts of the Bid 11.1 The Bid shall comprise the following documents: (a) Letter of Bid and Appendix to Bid (b) Completed schedules as required, including priced Bill of Quantities, in accordance with ITB 12 and 14; (c) Bid Security, in accordance with ITB 19; (d) Alternative bids, if permissible, in accordance with ITB 13; (e) Written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2; (f) Documentary evidence in accordance with ITB 17 establishing the Bidder s continued qualified status or, if post-qualification applies, as indicated in accordance with ITB 4.8, the Bidder s qualification to perform the contract if his/her Bid is accepted; (g) Technical Proposal in accordance with ITB 16; (h) any other document required in the BDS In addition to the requirements under ITB 11.1, bids submitted through a JVA shall include a copy of the Joint Venture Agreement entered into by all partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement. 12. Letter of Bid and Schedules 12.1 The Letter of Bid and Schedules, including the Bill of Quantities, shall be prepared using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITB All blank spaces shall be filled in with the information requested. 14

15 13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion Except as provided under ITB 13.4 below, Bidders wishing to offer technical alternatives to the requirements of the Bidding Documents must first price the Client s design as described in the Bidding Documents. They shall further provide all information necessary for a complete evaluation of the alternative by the Client, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Client (When specified in the BDS), Bidders are permitted to submit alternative technical solutions for specified parts of the Works, and such parts (will be identified in the BDS), as will the method for their evaluating, and described in Section VI, Work s Requirements. 14. Bid Prices and Discounts 14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Bill of Quantities shall conform to the requirements specified below The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Client when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities The price to be quoted in the Letter of Bid, in accordance with ITB 12.1, shall be the total price of the Bid, excluding any discounts offered The Bidder shall quote any unconditional discounts and the methodology for their application in the Letter of Bid, in accordance with ITB Unless otherwise provided in the BDS and the Contract, the rates and prices quoted by the Bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract. In such a case, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data and the Client may require the Bidder to justify its proposed indices and weightings If so indicated in ITB 1.1, bids are being invited for individual lots (contracts) or for any combination of lots (packages). Bidders who express their intent to offer any price reduction for the award of more than one Contract shall specify in their bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITB 14.4, provided the bids for all lots (contracts) are submitted and opened at the same time. 15

16 14.7 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total Bid price submitted by the Bidder. 15. Currencies of Bid and Payment 15.1 The currency (ies) of the bid and the currency (ies) of payments shall be (as specified in the BDS) Bidders may be required by the Client to justify, according to its satisfaction, their local and foreign currency requirements, and to substantiate that the amounts included in the unit rates and prices and shown in the Schedule of Adjustment Data in the Appendix to Bid are reasonable, in which case a detailed breakdown of the foreign currency requirements shall be provided by Bidders 16. Documents composing the Technical Proposal The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section IV, insufficient detail to demonstrate the adequacy of the Bidders proposal to meet the work requirements and the completion time. 17. Documents Establishing the Qualifications of the Bidder 17.1 In accordance with Section III, Evaluation and Qualification Criteria, to establish that the Bidder continues to meet the criteria used at the time of prequalification, the Bidder shall provide in the corresponding information sheets included in Section IV, Bidding Forms, updated information on any assessed aspect that changed from that time, or if post- qualification applies as indicated in accordance with ITB 4.8, the Bidder shall provide the information requested in the corresponding information sheets included in Section IV, Bidding Forms If a margin of preference applies as indicated in accordance with ITB 33.1, domestic Bidders, individually or in joint ventures, applying for eligibility for domestic preference shall supply all information required to satisfy the criteria for eligibility indicated in accordance with ITB Period of Validity of Bids 18.1 Bids shall remain valid for the period (specified in the BDS) after the bid submission deadline date prescribed by the Client in accordance with ITB A bid valid for a shorter period shall be rejected by the Client as nonresponsive bid In exceptional circumstances, prior to the expiration of the bid validity period, the Client may request Bidders to extend he period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, the Bidder granting the request shall also extend the bid security for thirty (30) days beyond the deadline of the extended validity period. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its bid, except as provided in ITB

17 18.3 If the award is delayed by a period exceeding sixty (60) days beyond the expiry of the initial bid validity, the Contract price shall be determined as follows: (a) In the case of fixed price, the Contract price shall be the bid price adjusted by the factor (specified in the BDS). (b) In the case of adjustable price, in order to determine the Contract price, the fixed portion of the bid price shall be adjusted by the factor (specified in the BDS). (c) In any case, bid evaluation shall be based on the bid price without taking into consideration the applicable correction from those indicated above. 19. Bid Security 19.1 (Unless otherwise specified in the BDS), the Bidder shall furnish as part of his bid in the form of bid security (as specified in the BDS), in original form and the amount and currency 19.2 A bid security shall be a demand guarantee in any of the following forms at the Bidder s option: (a) an unconditional bank guarantee issued by a bank or surety; (b) An irrevocable letter of credit; (c) Another security (indicated in the BDS), from a reputable source. If an unconditional guarantee is issued by an insurance company or a bonding company located outside the Republic of Rwanda, the issuer shall have a correspondent financial institution located in the Republic of Rwanda to make it enforceable. In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section IV, Bidding Forms, or in another substantially similar format approved by the Client prior to bid submission. In either case, the form must include the complete name of the Bidder. The bid security shall be valid for thirty (30) days beyond the original validity period of the bid, or beyond any period of extension if requested under ITB If a bid security is specified pursuant to ITB 19.1, any bid not accompanied by a substantially responsive bid security shall be rejected by the Client as non-responsive If a bid security is specified pursuant to ITB 19.1, the bid security of unsuccessful Bidders shall be returned back as promptly as possible upon the successful Bidder s furnishing of the performance security pursuant to ITB The bid security of the successful Bidder shall be returned back as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security The bid security may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity (b) if the successful Bidder fails to: (i) Sign the Contract in accordance with ITB 40; or (ii) Furnish a performance security in accordance with ITB The bid security shall be in the name of the JVA that submits the bid. If the JVA has not been legally constituted into a legally enforceable JVA at the time of bidding, the bid security shall be in the names of all future partners as named in the letter of intent referred to in ITB If a bid security is not required in the BDS, and 17

18 (a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form, except as provided in ITB 18.2, or (b) if the successful Bidder fails to sign the Contract in accordance with ITB 40; or furnish a performance security in accordance with ITB 41; the Client may, (if provided for in the BDS), declare the Bidder disqualified to be awarded a contract by the Client for a period of time as stated in the BDS. 20. Format and Signing of Bid 20.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB 11 and clearly mark it ORIGINAL. Alternative bids, if permitted in accordance with ITB 13, shall be clearly marked ALTERNATIVE. In addition, the Bidder shall submit copies of the bid, in the number (specified in the BDS) and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation (as specified in the BDS) and shall be attached to the bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the bid where entries or amendments have been made shall be signed or initialled by the person signing the bid A bid submitted by a JVA shall comply with the following requirements: (a) Unless not required in accordance with ITB 4.1 (a), be signed so as to be legally binding on all partners and (b) Include the Representative s authorization referred to in ITB 14.1 (b), consisting of a power or attorney signed by those legally authorized to sign on behalf of the JVA Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or initiated by the person signing the bid. 18

19 D. Submission and Opening of Bids 21. Sealing and Marking of Bids 21.1 The Bidder shall enclose the original and all copies of the bid, including alternative bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as ORIGINAL, ALTERNATIVE and COPY. These envelopes containing the original and the copies shall then be enclosed in one single envelope The inner and outer envelopes shall: (a) Bear the name and address of the Bidder; (b) Be addressed to the Client in accordance with ITB22.1 (c) Bear the specific identification of this bidding process indicated in the BDS 1.1; and (d) Bear a warning not to open before the time and date for bid opening If all envelopes are not sealed and marked as required, the Client will assume no responsibility for the misplacement or premature opening of the bid. 22. Deadline for Submission of Bids 22.1 Bids must be received by the Client at the address and no later than the date and time (indicated in the BDS). The electronic submission of bids is not permitted The Client may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Documents in accordance with ITB 8, in which case all rights and obligations of the Client and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 23. Late Bids 23.1 The Client shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB. 22. Any bid received by the Client after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder. 24. Withdrawal, Substitution, and Modification of Bids 24.1 A Bidder may withdraw, substitute, or modify its bid after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 20.2, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be: (a) Prepared and submitted in accordance with ITB 20 and ITB 21 (except that withdrawals notices do not require copies), and in addition, the respective envelopes shall be clearly marked WITHDRAWAL, SUBSTITUTION, MODIFICATION; and 19

20 (b) Received by the Client prior to the deadline prescribed for submission of bids, in accordance with ITB Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned back unopened to the Bidders No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof. 25. Bid Opening 25.1 The Client shall open the bids in public, in the presence of willing Bidders` designated representatives and anyone who choose to attend, and at the address, date and time (specified in the BDS) First, envelopes marked WITHDRAWAL shall be opened and read out and the envelopes with the corresponding bid shall not be opened, but returned back to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at the bid opening. Next, envelopes marked SUBSTITUTION shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned back to the Bidder. No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at the bid opening. Envelopes marked MODIFICATION shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening. Only bids that are opened and read out at the bid opening shall be considered further All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the Bid Price(s), including any discounts and alternative offers; the presence or absence of a bid security, if required; and any other details as the Client may consider appropriate. Only discounts and alternative offers read out at bid opening shall be considered for evaluation. (If so requested by the Client in the BDS), the Letter of Bid and the Bill of Quantities are to be initiated by representatives of the Client attending the bid opening in the manner indicated in the BDS. No bid shall be rejected at bid opening except for late bids, in accordance with ITB The Client shall prepare a record of the bid opening that shall include, as a minimum: 1. the name of the Bidder and whether there is a withdrawal, substitution, or modification; 2. the Bid Price, per lot if applicable, including any discounts and alternative offers; and the presence or absence of a bid security, if one was required. The Bidders representatives who are present shall be requested to sign the record. The omission of a Bidder s signature on the record shall not invalidate the contents and effect of the record. Upon request, a copy of the record shall be distributed to all Bidders. 20

21 E. Evaluation and Comparison of Bids 26. Confidentiality 26.1 Information relating to the evaluation of bids and recommendation of contract award shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders Any attempt by a Bidder to influence the Client in the evaluation of the bids or Contract award decisions may result in the rejection of his bid Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Client on any matter related to the bidding process, it may do so in writing. 27. Clarification of Bids 27.1 To assist in the examination, evaluation, and comparison of the bids, and qualification of the Bidders, the Client may, at its discretion, ask any Bidder for a clarification of bid. Any clarification submitted by a Bidder that is not in response to a request by the Client shall not be considered. The Client s request for clarification and response shall be in writing. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Client in the evaluation of the bids, in accordance with ITB If a Bidder does not provide clarifications of its bid by the date and time set in the Client request for clarification, his/her bid may be rejected. 28. Deviations, Reservations, and Omissions 28.1 During the evaluation of bids, the following definitions apply: (a) Deviation is a departure from the requirements specified in the Bidding Document; (b) Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and (c) Omission is the failure to submit part or all of the information or documentation required in the Bidding Document. 29. Determination of conformity 29.1 The conformity of the bid to the qualification criteria is determined based on the contents of the bid itself, as defined in ITB A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that: (a) if accepted, would: (i) affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or 21

22 (ii) limit in any substantial way, inconsistent with the Bidding Document, the Client s rights or the Bidder s obligations under the proposed Contract; or (b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids The Client shall examine the technical aspects of the bid submitted in accordance with ITB 16, Technical bid, in particular, to confirm that all requirements of Section VI, Works Requirements have been met without any material deviation, reservation or omission If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Client and may not subsequently be made responsive by correction of the material deviation, reservation, or omission. 30. Nonmaterial Nonconformities 30.1 Provided that a bid is substantially responsive, the Client may waive any non-conformity in the bid that does not constitute a material deviation, reservation or omission Provided that a bid is substantially responsive, the Client may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid Provided that a bid is substantially responsive, the Client shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the method indicated in Section III, Evaluation and Qualification Criteria. 31. Correction of Arithmetical Errors 31.1 Provided that the bid is substantially responsive, the Client shall proceed to the arithmetical corrections of the errors on the following basis: (a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Client there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; (b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and (c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above If the Bidder that submitted the lowest evaluated bid does not accept the correction of errors, its bid shall be rejected. 32. Conversion to Single Currency 22

23 32.1 For evaluation and comparison purposes, the currency (ies) of the bid shall be converted into a single currency (as specified in the BDS). 33. Margin of Preference 33.1 Unless otherwise specified in the BDS in compliance with the provisions of the Public Procurement law as modified and completed to date and regulations, a margin of preference shall not apply. 34. Evaluation of Bids 34.1 The Client shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted To evaluate a bid, the Client shall consider the following: (a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary of the Bill of Quantities, but including Day work items, where priced competitively; (b) price adjustment for correction of arithmetic errors in accordance with ITB 31.1; (c) price adjustment due to discounts offered in accordance with ITB 14.4; (d) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 32; (e) price adjustment due to quantifiable nonmaterial nonconformities in accordance with ITB 30.3; (f) the specifications indicated in Section III, Evaluation and Qualification Criteria/specifications; 34.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation If these Bidding Documents allows Bidders to quote separate prices for different lots (contracts), and the award to a single Bidder of multiple lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Letter of Bid Form, is specified in Section III, Evaluation and Qualification Criteria. Not Applicable If the bid, which results in the lowest Evaluated Bid Price, is seriously unbalanced or front loaded in the opinion of the Client, the Client may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, taking into consideration the schedule of estimated Contract payments, the Procuring may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Client against financial loss in the event of default of the successful Bidder under the Contract. 35. Comparison of Bids 35.1 The Client shall compare all substantially responsive bids in accordance with ITB 34.2 to determine the lowest evaluated bid. 23

24 36. Qualification of the Bidder 36.1 The Client shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid either continues to meet (if prequalification applies) or meets (if post-qualification applies) the qualifying criteria specified in Section III, Evaluation and Qualification Criteria The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder, pursuant to ITB An affirmative determination shall be a pre-requisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Client shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder s qualifications to perform satisfactorily. 37. The right of the Client to accept Any Bid, and to reject any or all Bids 37.1 The Client reserves the right to accept or reject any bid, and due to reasons provided for in the law on public procurement as modified and completed to date to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders, unless the annulment was a consequence of its irresponsible conduct. In case of annulment, the Client shall inform all the bidders in writing about the decision and all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders. 24

25 F. Award of Contract 38. Award Criteria 38.1 Subject to ITB 37.1, the Client shall award the Contract to the Bidder whose bid has been determined to be the lowest evaluated bid and which is substantially responsive to the requirements included in the Bidding Document provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. 39. Notification of Award 39.1 Prior to the expiration of the period of bid validity, the Client shall notify the successful Bidder, in writing, that his bid has been accepted. The notification letter (hereinafter and in the Conditions of Contract and Contract Forms called the Letter of Acceptance ) shall specify the sum that the Client will pay the Contractor in consideration of the execution and completion of the Works (hereinafter and in the Conditions of Contract and Contract Forms called the Contract Price ) and the requirement for the Contractor to remedy any defects therein as prescribed by the Contract. At the same time, the Client shall also notify all other Bidders of the results of the bidding identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) Bid prices as read out at Bid Opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were not qualified and the reasons for their disqualification; and (v) name of the successful Bidder, and the Price he offered, as well as the duration and summary scope of the contract awarded Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract The notification shall specify that the major elements of the procurement process would be made available to bidders upon request and they have seven (7) days to lodge a complaint if any, before the contract is signed with the successful bidder The Client shall promptly respond in writing to any unsuccessful Bidder who, after notification of award in accordance with ITB 39.1, requests in writing the grounds on which its bid was not selected. 40. Signing of Contract 40.1 After the expiration of a seven day period that is given to bidders to lodge a complaint if any, the Client shall send the successful Bidder the Contract Agreement or invite him to come to the Client s office for contract signature Within fifteen (15) days, for national tenders, and twenty-one (21) days, for international tenders, from receipt of the Contract Agreement or from the invitation date, the successful Bidder shall sign, date, and return it to the Client. 25

26 41. Performance Security 41.1 Within that period of fifteen (15) days, for national tenders, and twenty-one (21) days, for international tenders, from the receipt of the contract agreement or from the invitation date for contract signature, the successful Bidder shall provide the performance security in accordance with the General Conditions of Contract, subject to ITB 34.5, using for that purpose the Performance Security Form included in Section IX, Annex to the Particular Conditions Contract Forms, or another form acceptable to the Client. If the performance security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Bidder to be acceptable to the Client. A foreign institution providing a bond shall have a correspondent financial institution located in the Republic of Rwanda Failure of the successful Bidder to submit the abovementioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In that case, the Client may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Client to be qualified to perform the Contract satisfactorily. 26

27 Section II. Bid Data Sheet Acronyms BDS: DB: CIP: EDCL: : Euro FAT: FRw: Bid Data Sheet Dispute Board Carriage and Insurance Paid (place of destination) Energy Development Corporation Limited Factory Acceptance Rwandan franc IBRD: International Bank for Reconstruction and Development (World Bank) ICB: IDA: ITB: JVA: N/A: GC: GCC: JVA: OHL: PC: RPPA: SC: SCC: International Competitive Bidding International Development Association Instructions to Bidders Joint Venture or Association Not applicable General Conditions of Contract General Conditions of Contract Joint Venture or Association Overhead line Particular conditions Rwanda Public Procurement Authority Special Conditions of Contract Special Conditions of Contract 27

28 ITB 1.1 A. Introduction 1. The Client is: Energy Development Corporation Limited (EDCL) 2. ICB identification: The name of the ICB is: Design, Supply and Installation of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV. The number of the ICB is: No 001/W/2017 /ICB/BE3-EARP 3. The number of Invitations for Bids is: N o /5726 /MD-EDCL/YN/rjg/uc 4. The expected execution period is 15 months. 5. The number and identification of lots comprising this ICB is: One Lot ITB The funding entity is: Kingdom of Belgium 7. The name of the Project is Improving Access to Reliable On-grid Electricity Service for Households and Public Priority Institutions Belgian contribution to EARP / BE3EARP ITB 4.3 (a) In case the firms are in a joint venture, consortium or association, all partners shall be jointly and severally liable. ITB 4.6 ITB 6.4 The tender is open to all interested eligible Bidders. B. Content of Bidding Documents 8. The home country is: Rwanda 9. Especially, the applicable Laws on Public Procurement are: 1. Law N 12/2007 of 29/03/2007 on Public Procurement and 2. Law N 05/2013 of 13/02/2013modifying and completing the Law n 12/2007 on Public Procurement 28

29 ITB Ministerial order N 001/14/10/TC of 19/02/2014 establishing regulations on Public Procurement, standard bidding documents and standard contracts. For Clarification purposes only, the Procuring Entity s address is: ENERGY DEVELOPMENT CORPORATION LIMITED (EDCL) Attention: Mr RUHIGULA Jackson GAFULEKA Head of Procurement Kigali City Tower (KCT) 10th floor Copy to : Mrs. Christine UWAJENEZA BEEARP Project Procurement Specialist Phone : cuwajeneza@edcl.reg.rw ITB 7.4 A Pre-Bid meeting takes place at the following date, time and venue: Date 01 st /November /2017 Time: At Rubavu District C. Preparation of Bids ITB 10.1 The language of the bid is: English or French. In case of translation of the bid supporting documents, it should be done in English. ITB 11.1(h) 29

30 The Bidder shall submit the following documents in its bid: Bid submission form and Price schedules well printed and properly organized. Certified Copy of Trading License Social security and tax clearance certificate delivered in last six months (from country of origin) Bid security from a bank (bids security from other institutions will be rejected) Proof of purchase of tender document References of executed tenders similar to this one in terms of the nature of material and size (value); At least 3 similar tenders executed in the last 10 years with certificate of good completion Written confirmation authorizing the signatory of the Bid to commit the Bidder: Power of Attorney Technical descriptions, data sheets, type tests reports, catalogues, technical information, website and Manufacturer s Authorization covering the following major equipment including the following: kv MV Switchgears 2. Distribution Transformers 3. Steel Poles 4. Wooden Poles 5. Concrete Poles 6. MV line insulators (Strain and Suspension) 7. MV Insulated Fuse Cut-outs 8. MV Surge arrestors. 9. Streetlight Equipment (LED Lamps) 10. LV Cables (ABC) 11. ACSR conductors 12. Unground armoured Cable Cu The bidder shall indicate the manufacturer' website ITB 13.1 Alternative bids are not permitted. ITB 13.2 Alternative times for completion shall be permitted only within Fifteen (15) months maximum. ITB 13.4 Alternative technical solutions shall not be permitted. ITB

31 1. Bidders shall give a breakdown of the prices in the manner and detail called for in the Price Schedules included in Section IV, Bidding Forms. The Incoterms 2010 will be used 2. Prices shall be quoted as specified in each Price Schedule included in Section IV, Bidding Forms. The dis-aggregation of price components is required solely for the purpose of facilitating the comparison of bids by the Procuring Entity. This shall not in any way limit the Procuring Entity s right to contract on any of the terms offered. In quoting prices, the Bidder shall be free to use transportation through carriers registered in any country. Similarly, the Bidder may obtain insurance services from any country. Prices shall be entered in the following manner: (a) For Goods manufactured in Rwanda: (i) the price of the Goods quoted EXW (ex works, ex-factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of the Goods; (ii) any Rwandan sales tax and other taxes which will be payable on the Goods if the contract is awarded to the Bidder; and (iii) the price for inland transportation, insurance, and other local services required to convey the Goods to their final destination (Project Site) specified in the BDS. (b) For Goods manufactured outside Rwanda, to be imported: i. the price of the Goods, quoted DAP named Place of destination, in Rwanda, ii. the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final destination (Project Site) Bidders shall quote for the entire material and services on a single responsibility basis Named place of destination is: KIGALI Named place of final destination is: RUBAVU District ( c ) For Design services: The price will include any applicable taxes. ITB 14.5 The quotations by the bidder shall be fixed. No revision of prices will be allowed because it s a lump sum contract ITB

32 The currency of the bid will be Euros or Rwandan Francs. The payment terms with East African Community resident contractors shall only be in Rwandese Francs. The exchange rate will be the selling rate provided by National Bank of Rwanda of opening day (opening of bid). ITB 18.1 The bid validity period shall be 120 days. ITB Not applicable 2. Not applicable ITB 19.1 A bid security is required. Bid shall include a Bid Security issued by a bank. All bids must be accompanied by a Bid Security in the sum of Thirty five thousand Euros ( 35,000) or Thirty five millions three hundred thousand Rwandan Francs (Frw 35,300,000) issued by a bank using the Bid Security Form included in the bidding document. The bid security shall be valid for a minimum of 30 days beyond the deadline of the extended validity period of the bid. ITB 19.2 (c) other types of acceptable securities: Not Applicable ITB 20.1 a) Alternative bids are not permitted. b) In addition to the original of the bid, the number of copies is: two (2copies). ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of a: Legalized Power of attorney. ITB 22.1 D. Submission and Opening of Bids For bid submission purposes only, the Client address is: ENERGY DEVELOPMENT CORPORATION LIMITED (EDCL) 32

33 KN2 ST 3, Nyarugenge District, Kigali City, PO Box 3855 Kigali, Rwanda. Kigali City Tower, 10th Floor, 1. The deadline for bid submission is: Date:. th / /2017 Time: 8:00GMT (10:00 a.m. Kigali local time) The electronic bid submission is not permitted ITB 23.1 The late bid will be rejected, in accordance with ITB ITB 25.1 The bid opening shall take place at: ENERGY DEVELOPMENT CORPORATION LIMITED (EDCL) KN2 ST 3, Nyarugenge District, Kigali City, PO Box 3855 Kigali, Rwanda. Kigali City Tower, 10th Floor, Time: 10:30 a.m. Kigali local time (8:30GMT) on.. th /./2017 ITB 25.3 The Bid submission Form and Bill of Quantities shall be initialled by authorized representatives of the Client during Bid opening. E. Evaluation and Comparison of Bids ITB 33.1 Domestic preference of 5% may be granted to domestic companies (registered in Rwanda and in East African Community countries) or foreign 33

34 companies which have Joint Ventures with domestic companies where domestic companies are the lead of the Joint venture. Domestic preference of 5% will be granted to local products manufactured in Rwanda (Wooden Poles and Concretes Poles). This is valid for bidders who make joint venture if the domestic contractor, when domestic bidder is lead company. 1. In case of Joint venture, domestic Companies should be Lead; 2. In case of Subcontracting, the contractor should not subcontract more than 20 %. Local material Category A: Bids of local material manufactures in Rwanda and East African Community countries; Category B: Others bids For comparison purposes, the amount (without withholding tax) of the bids of category B, will be increased by 5%. Domestic bidder ( bidder from East African community countries) Category X: Bid from domestic bidders Category Y: Bids from bidders from foreign country. For comparison purposes, the amount (without withholding tax) of the bids of category Y, will be increased by 5%. After the evaluation process (preliminary, technical and financial evaluation), bids in categories A and X will be granted local preference for the purpose of bids comparison as follow: After the increase of the values of the bids as mentioned above, the lowest-evaluated bid from this last comparison shall be selected for the award and the contract shall be awarded pursuant to article 39 of the Public Procurement Law. The bids comparison is done and the successful bidder is the one with the lowest evaluated bid. To facilitate this classification by the Procuring Entity, the Bidder shall complete whichever version of the Price Schedule furnished in the Bidding Documents is appropriate provided, however, that the completion of an incorrect version of the Price Schedule by the Bidder shall not result in rejection of its bid, but merely in the Procuring Entity s reclassification of the bid into its appropriate bid group. The Procuring Entity will first review the bids to confirm the appropriateness of, and to modify as necessary, the bid group classification to which bidders assigned their bids in preparing their Bid Forms and Price Schedules. 34

35 ITB 41: Performance Security The irrevocable Bank performance guarantee 10 % of the total price of the tender has to be from a Rwandan bank or from a foreign bank having a correspondent bank in Rwanda that recognizes the validity of performance guarantee. 35

36 Section III. Evaluation and Qualification Criteria This Section contains all the criteria that the Client shall use to evaluate bids and qualify Bidders. In accordance with ITB 34 and ITB 36, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bidding Forms. 1. Evaluation In addition to the criteria listed in ITB 34.2 the following criteria shall be applied in order to evaluate the bid, the Client shall consider the following: 1.1 Assessment of adequacy of Technical Proposal with Requirements In addition to the criteria listed in ITB 34.2 (a) (c) the following factors shall apply: The bidder shall demonstrate as part of the requirements of ITB 17.1 the design, installation and project management capabilities through detailed submission of the bidder s design, engineering, installation and project management methodology specific to this contract. The bidder shall submit a detailed contract methodology describing a full and comprehensive work plan for the implementation of this particular contract. It shall include but not limited to: 1. Engineering of Distribution line Structural, civil and electrical 2. Project Management. The contractor will give a submission of Project time implementation schedule with matched resources (Human, Tools and Equipment) to ensure timely completion. 3. Quality control measures, a narrative of specific quality control mechanisms measures at design, manufacture, erection, installation, testing and commissioning. The submission shall include method of recruitment/selection of the subcontractors/sub suppliers and how they will be supervised. 4. Safety, Health and Environmental plan This should include a narrative of expected safety risks, taking into account local conditions, and mitigation measures that will be adopted to ensure that the projects are completed without accidents, with minimum negative impact on the environment. Failure to submit the method statements may lead to the bid being declared non- responsive. 1.2 Eligibility and Conformity of Facilities 36

37 The Bid shall include documentary evidence of the bidder s qualifications, comprehensive enough to allow the Employer to carry out post-qualification as described below: 1. Equipment and materials supplied shall meet the technical requirements, requirements of type test, routine test, sample test, and electrical test as specified in technical specifications. 2. Bidders shall provide duly completed the following technical documents: a) All Technical Schedules with detailed information of offered materials and equipment, in which all required information, should be filled completely as specified in the Tender documents. b) Copies of Type Test Reports and technical documents (catalogue, brochures, drawings.) of each major item offered including but not limited to the following: (i) 30kV MV Switchgears, (ii) Power & Distribution Transformers, (iii) Conductors and Cables; (iv) Steel Poles for MV Lines and for Street lighting, (v) MV line insulators, (vi) MV Disconnecting Switchgear, (vii) MV Insulated Fuse Cut-outs and (viii) MV Surge arrestors, (ix) Low Voltage Distribution Boards AC and DC, (X) Street light Lamps. Copies of Type Test Reports shall meet the following requirements: 1. Type Test Reports shall be carried out by a laboratory independent from the manufacturer country or with the witness of independent laboratory. Accreditation certificate for the testing laboratory shall be presented. 2. The bidder shall submit contact details (Title, , and fax) of certifying laboratory. 3. Testing materials and equipment in Type Test Reports shall have the same code/ country / manufacturer and technical parameters as offered materials and equipment. Type tests of non-conforming materials/equipment shall not be accepted. 4. Type Test Reports shall include all items tested and results confirming that they meet the requirements of applied standards as stipulated in Tender Documents. 3. The manufacturer of the major equipment is required to have been awarded a valid ISO 9001 Certificate or equivalent Quality Assurance Certification. 37

38 The major equipment includes: 30 kv MV Switchgears; Distribution Transformers; Steel Poles; Wooden Poles; Concrete Poles; MV line insulators (Strain and Suspension); MV Insulated Fuse Cut-outs; MV Surge arrestors; Streetlight Equipment (LED Lamps); LV Cables (ABC); ACSR conductors and Unground armoured Cable Cu. Equipment similar to those offered as the major equipment must be new. The bidder shall submit documentary evidence. 4. Bidder shall submit Manufacturer s Authorization for all major items. 1.3 Completion Times If allowed under ITB 13.2, will be evaluated as follows: The maximum execution period is 15 months from the contract commencement date including material delivery period. The bidder proposing a shorter execution period will be appreciated in the event of equal evaluation of other conditions. 1.4 Technical alternatives Technical alternatives are not permitted. 1.5 Financial evaluation The following factors and methods will apply: 1. Arithmetical verification 2. Operating and Maintenance costs The capitalized cost of the transformer losses shall be added to the bid price for the purpose of evaluation only at the rate indicated below: No Load (Core) Losses Load (Winding) losses 4100 /kw 1550 /kw 38

39 The quoted rates shall be multiplied by the bidder's declared Load and No-Load Losses respectively and the results added to the bid price for the purpose of evaluation only. 1.6 Functional Guarantees of the facilities The minimum (or maximum) requirements stated in the Specification for functional guarantees required in the Specification are: For Transformers: Functional Guarantees shall be for transformer losses only. No-Load Loss (NLL) and Load Loss (LL) values shall not exceed the values quoted in the Table below: Functional Guarantee Maximum Requirement Rating (kva) No-Load Loss (kw) Load Loss (kw) Load Loss values shall be as measured at maximum continuous rating on principal tap No-load loss shall be as measured at rated frequency and voltage Bids that include declared losses that are higher than those quoted in the tables above shall be considered non-responsive and therefore rejected. For Conductors: 39

40 Functional Guarantee Conductor resistance/km Minimum (or Maximum, as appropriate) Requirement +10% (maximum) For Distribution Transformer Impedance only and for the purposes of evaluation, for each percentage point that the functional guarantee of the proposed Plant and Installation Services is above the norm specified in the Specification and in the above table, but above the minimum acceptable levels also specified therein, an adjustment of one percent (1%) of the item cost will be added to the tender price. If the excess is above the maximum acceptable levels as specified in the table above, the items shall be considered as non-responsive. 1.7 Work, services, facilities, etc., to be provided by the Employer Where bids include the undertaking of work or the provision of services or facilities by the Client in excess of the provisions allowed for in the bidding document, the Employer shall assess the costs of such additional work, services and/or facilities during the duration of the contract. Such costs shall be added to the bid price for evaluation. 1.8 Specific additional criteria The relevant evaluation method, if any, shall be as follows: Any adjustments in price that result from the above procedures shall be added, for purposes of comparative evaluation only, to arrive at an Evaluated Bid Price. Bid prices quoted by bidders shall remain unaltered. 2. Post-qualification Requirements After determining the lowest-evaluated responsive bid, the Procuring Entity shall carry out the post-qualification of the Bidder using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder s qualifications: 40

41 41 1. Post Qualification 3.1 Eligibility Factor 3.1 Eligibility Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Nationality Nationality in accordance with ITB 4.2. Must meet requirement Existing or intended JVCA must meet requirement Must meet requirement N / A Form ELI 1.1 and 1.2, with attachments Conflict of Interest No- conflicts of interests as described in ITB 4.3. Must meet requirement Existing or intended JVCA must meet requirement Must meet requirement N / A Letter of Bid Funding entity Not having been declared Ineligibility ineligible by the funding entity as described in ITB 4.4. Must meet requirement Existing JVCA must meet requirement Must meet requirement N / A Letter of Bid

42 Factor 3.1 Eligibility Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Administrative certificates Compliance with conditions of ITB 4.5 The bidder will join the following documents: The bidder will provide the most recent (not older than 6 months) original certification from the competent authority stating that he is in order with obligations with regards to the payments of social security contributions that apply by law in the country of establishment. Must meet requirement Must meet requirement Must meet requirement N / A Form ELI 1.1 and 1.2, with attachments A recent certification (not older than 6 months) from the competent authority stating that the bidder is in order with the payment of applicable taxes that apply by law in the country of establishment. 42

43 Factor 3.1 Eligibility Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Ineligibility based on a United Nations resolution or Rwandan law Not having been excluded as a result of the laws or official regulations of the Republic of Rwanda, or by an act of compliance with UN Security Council resolution, in accordance with ITB 4.7 Must meet requirement Existing JVCA must meet requirement Must meet requirement N / A Letter of Bid 43

44 Factor 3.2 History of non-performance contracts 3.2. History of non-performance Contracts Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required History of non-performing contracts Non-performance of a contract did not occur within the last 5 years prior to the deadline for application submission, based on all information on fully settled Must meet disputes or litigation. A requirement by fully settled dispute or itself or as litigation is one that has been partner to past resolved in accordance with or existing JVA the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted. N / A Must meet requirement by itself or as partner to past or existing JVA N / A Form CON 2 44

45 Factor 3.2. History of non-performance Contracts Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required 3.2.2Pending Litigation All pending litigation shall in total not represent more than Twenty percent (20%) of the Bidder s net worth and shall be treated as resolved against the Bidder Must meet requirement by itself or as partner to past or existing JVCA N / A Must meet requirement by itself or as partner to past or existing JVCA N / A Form CON 2 45

46 3.3 Finacial statement Factor 3.3. Financial Statement Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required History of Financial performance Submission of audited financial statements (balance sheets, cash flows) or if not required by the law of the bidder s country, other financial statements acceptable to the client, for the last three [3] years to demonstrate the current soundness of the bidders financial position and its prospective long-term profitability. As a minimum, a Bidder s net worth calculated as the difference between total assets and total liabilities should be positive. Must meet requirement N / A Must meet requirement N / A Form FIN 3.1 with attachments (The current ratio should be >1. The Return on Equity should be positive). 46

47 Factor 3.3. Financial Statement Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Average Annual Turnover Minimum average annual turnover should be at least twice of the price of the offer calculated as total certified payments Must meet received for contracts in progress or requirement completed, within the last three (3) years. Must meet requirement Must meet thirty percent (30 %) of the requirement Must meet Fifty percent (50 %) of the requirement Form FIN Financial The Bidder must demonstrate access to, or capacity availability of, financial resources such as liquid assets, unencumbered fixed assets, lines of credit, turnover and other financial means (i)average turnover of the last three years should be twice of the price of tender the following (ii) Line of credit from bank at least 1,000,000 Euros Must meet requirement Must meet requirement Must meet Must meet 30 percent (30%) of the requirement Must meet Must meet 70 percent (70%) of the requirement Form FIN

48 Factor 3.3. Financial Statement Criteria Sub-Factor Requirement Bidder Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required (iii) Liquidity ratio should be positive Note: if a bidder makes reference to the mother company, the parent company has to provide a guarantee in case of financial failure of the daughter company. 48

49 3.3. Experience Factor 3.4. Experience Criteria Bidder Sub-Factor Requirement Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required 3.4.1General Experience Experience under contracts in the role of Must meet contractor, subcontractor, for at least the last ten requiremen [7] years prior to the applications submission t N / A deadline Must meet requireme nt N / A Form EXP a Specific Experience (a) Participation as contractor, management contractor, or subcontractor, in at least three (2) contracts that have been successfully and substantially completed and that are similar to the Must meet proposed works within the last 7years, each with requiremen a value of at least the bid price. The similarity t shall be based on the physical size, price, complexity, methods/technology or other characteristics as described in Section VI, Client s Must meet requiremen ts for all N / A characterist ics Must meet requirement for one characteristi c Form EXP 2.4.2(a) Certificate of completion 49

50 Factor 3.4. Experience Criteria Bidder Sub-Factor Requirement Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required Requirements. 50

51 Factor 3.4. Experience Criteria Bidder Sub-Factor Requirement Single Entity Joint Venture, Consortium or Association All partners combined Each partner At least one partner Documentation Required b Specific Participation as contractor, management Experience contractor, or subcontractor, in at least three (3) contract within the last (10 ) years in the following key activities: 1. Survey and Design of MV&LV overhead and underground distribution lines 2. Construction of MV&LV overhead distribution lines 3. Network strengthening projects ranging from 1kV to 30kV Must meet Must meet requiremen Must meet requireme ts requiremen nt ts Must meet requirement s Form EXP (b) 51

52 Personnel The Bidder must demonstrate that he has the personnel for the key positions that meet the following requirements: No. Position Qualification General experience (years) In Similar (size, Staff scope and required complexity)works Experience 1 Resident Project Manager At least Bachelor degree in Civil Engineering, Electrical engineering, or equivalent years as Project Manager with at least one project in Africa 1 2 Design Engineer At least Bachelor degree in Electrical engineering 8 5 years as Design 1 and/or construction Engineer. 3 Grid Strengthening Construction Engineer At least Bachelor degree in Electro- Mechanical engineering 7 5 years in grid Strengthening projects at MV level 2 The Bidder shall provide details of the proposed personnel and their experience records using Forms PER-1 and PER-2 included in Section IV, Bidding Forms. The Design Engineer shall work for a period of two (2) months for the design and as-built documents. The Grid Strengthening Construction Engineers shall be on site during construction period.

53 3.6 Equipment The Bidder must demonstrate that he has access to at least the key equipment listed hereafter: No. Equipment Type and Characteristics Minimum Number required 110 Ton Crane Truck 1 25 Ton Truck 1 34x4 Pickup 1 5 GIS equipment and Design software 2 sets 6 Total station for topographical survey 2 sets 7 Tool box for electrician and mechanical Sufficient 8 Test and Measuring equipment Sufficient 10 Cable drum roller stand with accessories Sufficient set 11 Cable Rollers for dragging cables over the ground Sufficient set 12 Pull lift Sufficient The Bidder shall provide further details of proposed items of equipment using Form EQU in Section IV, Bidding Forms. If the bidder has additional tools available, it has to be listed them here: No. Equipment Type and Characteristics Number 53

54 3.7. Subcontractors/Manufacturers Subcontractors /manufacturers for the major items of supply or services must meet the following minimum criteria, herein listed for that item: Item Description of Item No MV Switchgears 2. Power Transformer and 3.Distribution Transformers 4. Steel Poles 5. Conductors and cables 6. MV line insulators 7. MV Disconnecting Switchgear 8. MV Insulated Fuse Cut-outs and MV Surge arrestors. 9. Streetlight Equipment (Poles & Lamps) Minimum Criteria to be met 5 years in the specific trade 2 Installation works 3 similar projects Failure to comply with this requirement will result in rejection of the subcontractor. 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, showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and install that item in the Employer s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the requirements of ITB 4 and 5 and meets the minimum criteria listed above for that item. Subcontracting should not exceed 20% of the tender. 54

55 Section IV. Bidding Forms Table of Forms Bid Submission Sheet...57 Appendix to Bid...58 Schedule of the Data Adjustment...59 Foreign Currency...60 BILL OF QUANTITIES...61 Bill No. Lot Bill No. Lot Site Organization...77 Method Statement...78 Mobilization Schedule...79 Construction Schedule...80 Form EQU -1: Equipments...81 Form PER-2: Proposed Personnel...82 Form PER-3: Summary of Proposed Personnel...83 Bidders Qualification without prequalification...84 Form ELI - 1: Bidder s Information Sheet...84 Form ELI - 2: JV Information Sheet...85 Form LIT - Pending Litigation...86 Form FIN - 1: Financial Statement...87 Form FIN - 2: Average Annual Construction Turnover...88 Form FIN 3: Financial Resources...89 Form FIN- 4: Current Contract Commitments / Works in Progress...90 Form EXP 1: General Construction Experience...91 Form EXP 2(a): Specific Construction Experience...92 Form EXP - 2(b): Specific Construction Experience in Key Activities...93 Form of Bid Security

56 Bid Submission Sheet Date: ICB No.: Invitation for Bid No.: To: We, the undersigned, declare that: 1. We have examined and have no reservations to the Bidding Document, including Addenda issued in accordance with Instructions to Bidders (ITB)8 ; 2. We offer to execute in conformity with the Bidding Document the following Works: ; 3. The total price of our Bid, excluding any discounts offered in item (d) below is: ; 4. The discounts offered and the methodology for their application are: ; 5. Our bid shall be valid for a period of days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; 56

57 6. If our bid is accepted, we commit to obtain a performance security in accordance with the Bidding Document; 7. We, including any subcontractors or suppliers for any part of the contract, have or will have nationalities from eligible countries, in accordance with ITB 4.2; 8. We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3; 9. We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB 13; (j) We, including any of our subcontractors or suppliers for any part of the contract,have not been declared ineligible by the Client, debarred or suspended by Rwanda Public Procurement Authority (RPPA), under the laws of the Republic of Rwanda. (k) We are not a government owned entity/ we are a government owned entity but meet the requirements of article 37 of LAW N 05/2013 OF 13/02/2013 MODIFYING AND COMPLETING THE LAW N 12/2007 OF 27/03/2007 ON PUBLIC PROCUREMENT (l) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: Name of Recipient Address Reason Amount 57

58 (If none has been paid or is to be paid, indicate none. ) (m) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and (n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive. (o) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery or in any other prohibited practices. Name In the capacity of _ Signed Duly authorized to sign the bid for and on behalf of Dated on day of, 58

59 Schedules of Date Adjustments Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad Item Description Cod e 1 Qty. Unit Price 2 Total Price 2 DAP (1) (2) (3) (1) x (3) TOTAL (to Schedule No. 5. Grand Summary) Name of Bidder Signature of Bidder 1 Bidders shall enter a code representing the country of origin of all imported plant and equipment. 2 Specify currency. Create and use as many columns for Unit Price and Total Price as there are currencies. 59

60 Country of Origin Declaration Form Item Description Code Country 60

61 Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer s Country Item Description Qty. EXW Unit Price 1 EXW Total Price 1 (1) (2) (1) x (2) TOTAL (to Schedule No. 5. Grand Summary) Name of Bidder Signature of Bidder 1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid, or ITB 30.1 in Two Stage Bid. 61

62 Schedule No. 3. Design Services Item Description Qty. Unit Price 1 Total Price 1 Local Currency Portion Foreign Currency Portion (1) (2) (optional) (1) x (2) TOTAL (to Schedule No. 5. Grand Summary) Name of Bidder Signature of Bidder 1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid, or ITB 30.1 in Two Stage Bid. 62

63 Schedule No. 4. Installation and Other Services Item Description Qty. Unit Price 1 Total Price 1 Foreign Currency Portion Local Currency Portion Foreign Local (1) (2) (3) (1) x (2) (1) x (3) TOTAL (to Schedule No. 5. Grand Summary) Name of Bidder Signature of Bidder 1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid, or ITB 30.1 in Two Stage Bid. 63

64 Schedule No. 5. Grand Summary Item Description Total Price 1 Total Schedule No. 1. Plant, and Mandatory Spare Parts Supplied from Abroad Total Schedule No. 2. Plant, and Mandatory Spare Parts Supplied from Within the Employer s Country Total Schedule No. 3. Design Services Total Schedule No. 4. Installation and Other Services Foreign TOTAL (to Bid Form) Local Name of Bidder Signature of Bidder 1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid, or ITB 30.1 in Two Stage Bid. Create and use as many columns for Foreign Currency requirement as there are foreign currencies 64

65 The Currencies State type: EUROS or FRW; The bidder is only allowed to quote in EURO or in FRW [* To be entered by the Client] The currency to be used in this tender is EUROS or FRW; The exchange rate for comparison of bids will be the selling rate from BNR, for the bid opening day. 65

66 BILL OF QUANTITIES General 1. The Bill of Quantities does not generally give a full description of the plant and equipment to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Technical Specifications and other sections of the bidding documents to ascertain the full scope of the requirements included in each item prior to filling prices in the Bill of quantities the rates and prices. The entered rates and prices shall be deemed to include for the full scope as aforesaid, including overheads and profit. 2. If bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in the bidding documents or to the Project Management prior to submitting their bid. 3. Design Services Pricing The detailed engineering design services expected from the contractor includes but not limited to: 1. Detailed Single line diagram 2. Static and Sag Calculations 3. Lines survey, pegging and profile details 4. General equipment arrangement and section details 5. lightning protection and grounding design 6. Equipment Foundations 7. All necessary Electrical Calculations 8. As-Built Drawings & Documentation 9. As specified in the Bid Data Sheet and Special Conditions, prices shall be fixed and firm for the duration of the Contract. 10. Bid prices shall be quoted in EURO or FRW as specified in Bid Data Sheet of the bidding documents. 11. For each item, bidders shall complete each appropriate column in the respective Bill of quantities, giving the price breakdown as indicated in the Bill of quantities. Prices for installation services shall include all civil works and all necessary materials and accessories. 66

67 12. Prices given in the Bill of quantities against each item shall be for the scope covered by that item as detailed in the Technical Specifications or elsewhere in the bidding documents. 13. Where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the former shall prevail and the latter will be corrected accordingly. 14. Where there are discrepancies between amounts stated in figures and amounts stated in words, the amounts stated in words shall prevail. 15. Items left blank will be deemed to have been included in other items. The TOTAL of the Grand Summary shall be deemed to be the total price for executing all the Facilities and sections thereof in complete accordance with the Contract, whether or not each individual item has been priced. 16. When requested by the Client for the purposes of making payments or part payments, valuing variations or evaluating claims, or for such other purposes as the Client may reasonably require, the Contractor shall provide the Client with a breakdown of any composite or lump sum items included in the Bill of quantities. 17. At the time the Contract is awarded, the Client reserves the right to increase or decrease the quantity of materials and Installation Services originally specified the Price Schedules below, provided that this does not exceed ±20%, and without any change in the unit prices or other terms and conditions of the bid and the Bidding Documents Factory Acceptance Test 18. Two (2) Client s or Supervision Firm representatives may be nominated to witness the Factory Acceptance Test (FAT) of the major equipment in the manufacturer s facilities. The Contractor shall, within two months of the date of award of contract, submit for the approval of the Client a Test and Inspection Plan for all major items. The cost relating to Air ticket, accommodation, local transportation, for two client s or Supervision Firm or Supervision Firm nominated will be supported by EDCL. Other costs related to FAT will be in the price quoted by the Bidder. Note: Total Price should include all taxes Check RRA website for more clarification about taxes All prices for material shall be DAP prices. The Incoterms to be used is DAP 2010 All unit prices quoted in the BOQ hereafter are exclusive of taxes. The total price has to be tax included. 67

68 68

69 69 BILL OF QUANTITIES SECTION A QTY QTY Unit Price Unit Price Total Total TENDER ITEM UNIT Material Install MATERIAL INSTALL MATERIAL INSTALL TOTAL A. PRELIMINARY AND GENERAL 1 SITE ESTABLISMENT (shall Comply with all Site Safety requirements) 1,1 Establish Site office with meeting facilities 1,2 Establish safe storage yard with security for material and equipment on site Sum 1 Sum 1 2 INSURANCE 2,1 2,2 Contractor liabilty insurance Sum 1 Third party Insurance Sum 1 3 DESIGN AND DRAWINGS 3,1 Detailed Designs for cabins and Distribution lines Sum 1 Allow to do as-built drawings and submit in hard copy format including pole 3,2 coordinates, cable turn points, road crossing points, structure type and pole Sum 1 number 4 Cost for Distmantling of old material and transport to REG store 4,1 Cabins (powerhouse) Sum 18 4,2 Transformers pces 18 4,3 Cables, poles and Accessories Sum 1 5 ADDITIONAL ITEMS 5,1 FAT at the factory for Major Equipments Sum 1 Temporarly suplly of existing LV lines in the cabin while the existing substation is under construction using mobile substation (to be availed by the 5,2 Contractor). Must be able to supply up to 3 feeders. Sum 1 TOTAL SECTION A CARRIED TO SUMMARY ,44

70 SECTION B QTY QTY Unit Price Unit Price Total Total TENDER ITEM UNIT Material Install MATERIAL INSTALL MATERIAL INSTALL TOTAL B SUBSTATION UPGRADE 1 MAIN SUBSTATION from Gisenyi Power Plant 1,1 30kV Complete GIS with 6 pannels (6 of 1250A and 2 of 630A) rated Pce 1 1 1,3 Battery charger 110V DC/ 100 A Set 1 1 1,4 NiCd Batteries 110V DC/ 150Ah Pce 1 1 1,5 Battery charger 48V DC/ 60 A Pce 1 1 1,6 NiCd Batteries 48V DC/ 60Ah Pce 1 1 1,7 Power Cable 30 kv, 240mm2 Cu and Accessories m ,8 SCADA RTU complete and integrartion of the substaion into the existing Lot 1 1 1,9 Communication equipment which include SDH equipment and Optical Distribution Frame as specified in the technical specification set 1 1 1,10 Optical fiber with accessories m ,11 Distribution Transformer for Auxiliary services, 50kVA. 30/0.4kV Pce 1 1 1,12 LV AC Distribution box set 1 1 1,13 LV DC Distribution Box(110V DC and 48V DC) set 1 1 1,14 Complete Earthing System (To be improved to reach one ohm) set 1 1 1,15 Bay Control Unit Pce 5 5 1,16 Construction of Power House and required cable trenches Lot 1 1 SUB TOTAL 1 2 HOPITAL I CABIN Lot 1 1 2,1 Distribution transformer 100 kva 30/0.4kV Pce 1 1 2,2 30 kv complete GIS with 5 pannels of 630 A Each Set 1 1 2,3 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 2,4 Low Voltage distribution board, 110V DC Set 1 1 2,5 Battery charger 110V DC/ 100 A Pce 1 1 2,6 NiCd Batteries 110V DC/ 150Ah Pce 1 1 2,7 Power Cable 30 kv, 240mm2 Cu m ,8 Complete Earthing System Lot 1 1 2,9 Bay Control Unit Pce 5 5 2,10 Construction of Power House and required cable trenches Lot 1 1 SUB TOTAL 2 70

71 3 SERENA Cabin 3,1 Compact substation with 400kVA Distribution transformer & Accessories 3,2 Complete Earthing System SUB TOTAL 3 4 PTT CABIN Lot 1 Pce 1 Lot 1 1 4,1 Distribution transformer 250 kva 30/0.4kV Pce 1 1 4,2 30 kv complete GIS with 6 pannels of 630 A Each Set 1 1 4,3 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 4,4 Low Voltage distribution board, 110V DC Set 1 1 4,5 Battery charger 110V DC/ 100 A Pce 1 1 4,6 NiCd Batteries 110V DC/ 150Ah Pce 1 1 4,9 Power Cable 30 kv, 240mm2 Cu and accessories m ,10 Complete Earthing System Lot 1 1 4,11 Bay Control Unit Pce 6 6 4,12 Construction of Power House and required cable trenches Lot 1 1 SUB TOTAL 4 5 DOUANE CABIN 5,1 Distribution transformer 630 kva 30/0.4kV Pce 1 1 5,2 30 kv complete GIS with 3 pannels of 630 A Each Set 1 1 5,3 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 5,4 Low Voltage distribution board, 110V DC Set 1 1 5,5 Battery charger 110V DC/ 100 A Pce 1 1 5,6 NiCd Batteries 110V DC/ 150Ah Pce 1 1 5,7 Power Cable 30 kv, 240mm2 Cu and accessories m ,8 Complete Earthing System Lot 1 1 5,9 Bay Control Unit Pce 3 3 5,10 Construction of Power House and required cable trenches Lot 1 1 SUB TOTAL 5 6 LA CORNICHE CABIN 6,1 Distribution transformer 400 kva 30/0.4kV 6,2 30 kv complete GIS with 2 pannels of 630 A Each 6,3 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete 6,4 Low Voltage distribution board, 110V DC 6,5 Battery charger 110V DC/ 100 A 6,6 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Set 1 1 Set 1 1 Set 1 1 Pce 1 1 Pce 1 1 m ,7 Power Cable 30 kv, 240mm2 Cu and Accessories 6,8 Bay Control Unit Pce 2 2 6,9 Complete Earthing System Lot 1 1 SUB TOTAL 6 71

72 7 RWANDEX CABIN 7,1 Distribution transformer 250kVA 30/0.4kV Pce 1 1 7,2 30 kv Load Break Disconnector Switch with Fuses (with mounting Pce 1 1 7,3 30kV Surge Arrestors Set 1 1 7,4 Low Voltage AC Distribution board 230/400V AC, 50HZ complete Set 1 1 7,5 Power Cable 30 kv, 240mm2 Cu and Accessories m ,6 Complete Earthing System Lot 1 1 SUB TOTAL 7 8 HOPITAL II CABIN 8,1 Distribution transformer 160 kva 30/0.4kV Pce 1 1 8,2 30 kv complete GIS with 3 pannels of 630 A Each Set 1 1 8,3 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 8,4 Low Voltage distribution board, 110V DC Set 1 1 8,5 Battery charger 110V DC/ 100 A Pce 1 1 8,6 NiCd Batteries 110V DC/ 150Ah Pce 1 1 8,7 Power Cable 30 kv, 240mm2 Cu and Accessories m ,8 Bay Control Unit Pce 3 3 8,9 Complete Earthing System Lot 1 1 8,10 Construction of Power House and required cable trenches 1 1 SUB TOTAL 8 9 CABIN MARKET 9,1 9,2 9,3 9,4 9,5 9,6 9,7 9,8 9,9 9,10 SUB TOTAL 9 Distribution transformer 630 kva 30/0.4kV Pce kv complete GIS with 3 pannels of 630 A Each Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 Low Voltage distribution board, 110V DC Set 1 1 Battery charger 110V DC/ 100 A Pce 1 1 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m Bay Control Unit Pce 3 3 Complete Earthing System Lot 1 1 Construction of Power House and required cable trenches Lot

73 10 CABIN SINGAYE 10,1 10,2 10,3 10,4 10,5 11,1 11,2 11,3 11,4 11,5 11,6 11,7 11,8 11,9 12,1 12,2 12,3 12,4 12,5 12,6 12,7 12,8 12,9 12,10 SUB TOTAL ,1 13,2 13,3 13,4 13,5 13,6 13,7 13,8 13,9 13,10 SUB TOTAL 13 Distribution transformer 630 kva 30/0.4kV Pce kv complete GIS with 4 pannels of 630 A Each Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 Low Voltage distribution board, 110V DC Set 1 1 Battery charger 110V DC/ 100 A Pce 1 1 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m Bay Control Unit Pce 4 4 Complete Earthing System Lot 1 1 Construction of Power House and required cable trenches Lot ,6 10,7 10,8 10,9 10,10 SUB TOTAL CABIN GENDARMERIE Distribution transformer 160kVA 30/0.4kV Pce kv complete GIS with 2 pannels of 630A Each Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 Low Voltage distribution board, 110V DC Set 1 1 Battery charger 110V DC/ 100 A Pce 1 1 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m Bay Control Unit Pce 2 2 Complete Earthing System Lot 1 1 Construction of Power House and required cable trenches Lot ,10 SUB TOTAL CABIN MAGENGO Distribution transformer 250kVA 30/0.4kV Pce kv complete GIS with 2 pannels of 630 A Each Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 Low Voltage distribution board, 110V DC Set 1 1 Battery charger 110V DC/ 100 A Pce 1 1 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m Bay Control Unit Pce 2 2 Complete Earthing System Lot 1 1 Construction of Power House and required cable trenches Lot 1 1 CABIN CPGL Distribution transformer 250kVA 30/0.4kV Pce kv complete GIS with 2 pannels of 630 A Each Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 Low Voltage distribution board, 110V DC Set 1 1 Battery charger 110V DC/ 100 A Pce 1 1 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m Bay Control Unit Pce 2 2 Complete Earthing System Lot 1 1 Construction of Power House and required cable trenches Lot

74 14 14,1 CABIN MTN Distribution transformer 50kVA 30/0.4kV Pce ,2 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set ,3 Complete Earthing System Lot ,4 Power Cable 30 kv, 95mm2 Cu and Accessories m ,5 30kV surge arrestors Set 1 1 1,6 30kV Load break disconnector switch with Fuse holder Set 1 1 SUB TOTAL CABIN CYANIKA 15,1 15,2 15,3 15,4 15,5 15,6 SUB TOTAL 15 16,1 16,2 16,3 16,3 16,4 16,5 16,7 16,8 16,9 16,10 SUB TOTAL 16 Distribution transformer 100kVA 30/0.4kV Pce kV Load break disconnector switch with Fuse holder Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete set 1 1 Complete Earthing System Lot 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m kV Surge Arrestors Set CABIN GAZ METHANE Distribution transformer 250kVA 30/0.4kV Pce kv complete GIS with 3 pannels of 630 A Each Set 1 1 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set 1 1 Low Voltage distribution board, 110V DC Set 1 1 Battery charger 110V DC/ 100 A Pce 1 1 NiCd Batteries 110V DC/ 150Ah Pce 1 1 Power Cable 30 kv, 240mm2 Cu and Accessories m Bay Control Unit Pce 3 3 Complete Earthing System Lot 1 1 Construction of Power House and required cable trenches Lot CABIN CAMP BUTOTORI 17,1 Distribution transformer 100kVA 30/0.4kV Pce ,2 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set ,3 Power Cable 30 kv, 240mm2 Cu and Accessories m ,4 30kV Surge Arrestors Set ,5 30kV Load break disconnector Switch with fuse Holder and accessories Set 1 1 SUB TOTAL CABIN KITRAKO 18,1 Distribution transformer 100kVA 30/0.4kV Pce ,2 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set ,3 Power Cable 30 kv, 240mm2 Cu and Accessories m ,4 30kV Surge Arrestors Set ,5 30kV Load break disconnector Switch with fuse Holder and accessories Set 1 1 SUB TOTAL CABIN RADIO 19,1 Distribution transformer 100kVA 30/0.4kV Pce ,2 Low Voltage AC Distribution board, 230/400V AC, 50HZ complete Set ,3 Power Cable 30 kv, 240mm2 Cu and Accessories m ,4 30kV Surge Arrestors Set ,5 30kV Load break disconnector Switch with fuse Holder Pce ,6 Concrete Transformer Platform Lot 1 1 SUB TOTAL 19 TOTAL AMOUNT CARRIED OUT TO SECTION B

75 SECTION C ITEM C MV DISTRIBUTION LINES & STREET LIGHTING 1 OVERHEAD & UNDERGROUND MV LINES 1,1 Detailed Topographic survey km ,2 Foundation excavation and backfilling Each ,3 Physical and chemical soil investigations at all pole locations Each ,4 Bush clearing along the line at 7,5m right & 7,5m left from line axe km 4 4 1,5 Inventory of damaged goods along the line route km 4 4 1,6 Steel Poles 12 m, and accessories Pces ,6 Steel Poles 14 m and accessories Pces 5 5 1,7 ASCR Conductors 120/20 mm2 m ,8 Earthing conductor (minimum galvanised steel conductor 35 mm2, 250 m & m ,9 30kV Strain Insulators set ,10 30kV Suspension Insulators set ,11 Underground armored Cable 240mm2 Cu m , ,12 30kV Termination boxes set ,13 30kV Junction Boxes set ,1 MV OVERHEAD LINES TO BE UPGRADED from 6.6 kv to 30 kv ASCR Conductors 120/20 mm2 km 2,3 2 2,2 30kV Strain Insulators set ,3 30kV Suspension Insulators set ,4 Steel poles 12m, 2000DaN and accessories Set QTY QTY Unit Price Unit Price Total Total TENDER UNIT Material Install MATERIAL INSTALL MATERIAL INSTALL TOTAL 3 3,1 3,2 3,3 3,4 4 4,1 4,2 4,3 4,4 4,5 4,6 4,7 4,8 Rehabilitation of LV OVERHEAD LINES Twisted cable 4x70mm2 and accessories (insulation piercing connectors, anchor clamps, suspension clamps ) km 4 4 Twisted cable 3x50 + 1*54.6mm2 and accessories (insulation piercing connectors, anchor clamps, suspension clamps ) km 2,5 2,5 Twisted cable 3x35 + 1*54.6mm2 and accessories (insulation piercing connectors, anchor clamps, suspension clamps ) km 3,5 3,5 wooden poles, 9m 190DaN Pces Construction of STREET LIGHTING FOR RUBAVU TOWN Concrete poles 9 m, 250 DaN pce Twisted cable 3x mm2 and accessories (insulation piercing m connectors, anchor clamps, suspension clamps ) 7200 Outdoor LED luminaries 80 W pce Cross arms for Outdoor LED luminaries and fixing accessories (bolts and pce 206 nuts) (2 m bended steel galvanized pipes) 206 3x 2.5 mm 2 copper cable m LV distribution box with accessories for public light (Timer, power pce 42 contactors, circuit breaker and fuses for public light and households) 42 Earthing kit for LV distribution boxes Pce x25 mm 2 Copper underground cable (connection the LV distribution m board to the transformer and the line with accessories) TOTAL AMOUNT CARRIED OUT TO SECTION C

76 SECTION D ITEM D TOOLS AND RECOMMENDED SPARE PARTS QTY QTY Unit Price Unit Price Total Total TENDER UNIT Material Install MATERIAL INSTALL MATERIAL INSTALL TOTAL 1 RECOMMENDED SPARE PARTS 1,2 Power fuses for each Switchgear Lot 1 2 2,1 2, ,3 2,4 TOOLS Tool box for electrician Set 1 Test and Measuring equipment Set 1 Mega oil tester Pce 1 Insulation resistance test Pce 1 Ratiometer Pce 1 Cosphimeter Pce 1 Frequency Meter Pce 1 Earthing Tester Pce 1 Ameter clamp(pince ampemetrique Pce 1 Short Circuit device Pce 1 Underground fault detector Pce 1 SUMMARY OF BILL OF QUANTITIES SUMMARY A PRELIMINARY AND GENERAL B SUBSTATION UPGRADE C MEDIUM VOLTAGE DISTRIBUTION LINES; STREET LIGHTING & LV L D MISCELLANEOUS AND TOOLS TOTAL AMOUNT carried forward to Grand Summary TENDER TOTAL General note: Items with the same description must be quoted the same price. Failure to respect this requirement should lead to immediate disqualification. 76

77 Site Organization 77

78 Method Statement 78

79 Mobilization Schedule 79

80 Construction Schedule A detailed construction schedule with implementation period 15 months will be provided by the Bidder. 80

81 Form EQU -1: Equipment The Bidder shall provide adequate information to demonstrate clearly that he/she has the capability to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. Item of equipment Equipment information Name of manufacturer Capacity Model and power rating Year of manufacture Current status Current location Details of current commitments Source Indicate source of the equipment Owned Rented Leased Specially manufactured Omit the following information for equipment owned by the Bidder. Owner Name of owner Address of owner Telephone Fax Contact name and title Telex Agreements Details of rental / lease / manufacture agreements specific to the project 81

82 Form PER-2: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements stated in Section III. The data on their experience should be supplied using the Form below for each candidate. 1. Title of position* Name 2. Title of position* Name 3. Title of position* Name 4. Title of position* Name *As listed in Section III. Bid s attachment: CVs and copies of certified academic testimonials or Degrees 82

83 Form PER-3: Summary of Proposed Personnel Name of the Bidder: Position:. Personnel information Name:. Date of birth:. Professional qualifications: Present employment Name of Client:. Address of Client:. Telephone:.. Fax:.. Contact: Manager / personnel officer) . Job title:.. Years with present employee: Summarize your professional experience over the last 20 years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From To Company / Project / Position / Relevant technical and management experience To establish his/her qualifications to perform the contract in accordance with Section III (Evaluation and Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder. 83

84 Form ELI - 1: Bidder s Information Sheet Bidder s Information Bidder s legal name In case of JV, legal name of each partner Bidder s country of constitution Bidder s year of constitution Bidder s legal address in country of constitution Bidder s authorized representative (name, address, telephone numbers, fax numbers, address) Attached are copies of the following original documents. 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and Authorization to represent the firm or JV named in above, in accordance with ITB In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB

85 Form ELI - 2: JV Information Sheet Each member of a JV must fill in this form JV / Specialist Subcontractor Information Bidder s legal name JV Partner s or Subcontractor s legal name JV Partner s or Subcontractor s country of constitution JV Partner s or Subcontractor s year of constitution JV Partner s or Subcontractor s legal address in country of constitution JV Partner s or Subcontractor s authorized representative information (name, address, telephone numbers, fax numbers, address) Attached are copies of the following original documents. 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and Authorization to represent the firm named above, in accordance with ITB In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB

86 Form LIT - Pending Litigation Each Bidder or member of a JV must fill in this form Pending Litigation No pending litigation in accordance with Criteria 2.2 of Section III (History of nonperformance contracts) Pending litigation in accordance with Criteria 2.2 of Section III (History of nonperformance contracts) Year Matter in Dispute Value of Pending Claim in Rwandan Francs Value of Pending Claim as a Percenta ge of Net Worth 86

87 Form FIN - 1: Financial Statement Each Bidder or member of a JV must fill in this form Year 1: Year 2: Year 3: Information from Balance Sheet Total Assets Total Liabilities Net Worth Current Assets Current Liabilities Information from Income Statement Total Revenues Profits Before Taxes Profits After Taxes 1. Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions. 1. All such documents reflect the financial statement of the Bidder or partner to a JV, and not sister or parent companies. 2. Historic financial statements must be audited by a certified accountant. 3. Historic financial statements must be complete, including all notes to the financial statements. 4. Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted). 87

88 Form FIN - 2: Average Annual Construction Turnover Each Bidder or member of a JV must fill in this form Annual Turnover Data for the Last 3 Years (Construction only) Amount Currency Exchange US$ Year Rate Equivalent Average Annual Construction Turnover The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed, converted to Euros s at the rate of exchange at the end of the period reported. 88

89 Form FIN 3: Financial Resources Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section III (Evaluation and Qualification Criteria) Financial Resources No. Source of funding Amount ( Euros or FRW equivalent)

90 Form FIN- 4: Current Contract Commitments / Works in Progress Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued. Current Contract Commitments N o Name of Contract Client s, Contact Address, Tel, Fax Value of Outstanding Work [Rwandan Francs] Estimate d Completi on Date Average Monthly Invoicing Over Last Six Months [ Rwan dan Francs/month)]

91 Form EXP 1: General Construction Experience Each Bidder or member of a JV must fill in this form General Construction Experience Starting Month Year Ending Month Year Years Contract Identification and Name Name and Address of Client Brief Description of the Works Executed by the Bidder Role of Bidder Bid s attachments: Certificates of good completion 91

92 Form EXP 2(a): Specific Construction Experience Fill in one (1) form per contract. Contract of Similar Size and Nature Contract No of Contract Identification Date of Award Date of Completion Role in Contract Contractor Management Contractor Subcontractor Total Contract Amount Rwandan Francs If partner in a JV or subcontractor, specify participation of total contract amount Percent of Total Amount Name of the Client Address Telephone/Fax Number Description of the similarity in accordance with Criteria 2.4Specific experience (a) of Section III Bid s attachment: certificates of good completion 92

93 Form EXP - 2(b): Specific Construction Experience in Key Activities Fill in one (1) form per contract Contract with Similar Key Activities Contract No of Contract Identification Date of Award Role in Contract 5. Contractor Date of Completion 6. Management Contractor 7. Subcontractor Total Contract Amount If partner in a JV or subcontractor, specify participation of total contract amount Name of the Client Address Telephone Number Fax Number Rwandan Francs Percent of Total Amount Description of the similarity in accordance with Criteria 2.4Specific experience (b) of Section III Bid s attachment: certificates of good completion 93

94 Form of Bid Security (Guarantee) Beneficiary: Date: BID GUARANTEE No.: We have been informed that (hereinafter called "the Bidder") has submitted to you its bid dated (hereinafter called "the Bid") for the execution of under Invitation for Bids No. ( the IFB ). Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee. At the request of the Bidder, we hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ( ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder: (a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or (b) having been notified of the acceptance of its Bid by the Client during the period of bid validity, (i) fails or refuses to execute the Contract Agreement or (ii) fails or refuses to furnish the performance security, in accordance with the ITB This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) thirty (30) days after the expiration of the Bidder s bid. Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No (ICC: The International Chamber of Commerce) Date:.. Name: Address: Position:. Signature:. Seal: Note: All italicized text is for use in preparing this form and shall be deleted from the final product. 94

95 Section V. Eligible Countries Eligibility for the Provision of Goods, Works and Services in the Republic of Rwanda 1. As an exception to the Public Procurement Code, firms of any Country or goods manufactured in any Country may be excluded from competitive bidding in the Republic of Rwanda, if: Para 1.8 (a) (i): as a matter of law or official regulation, the Republic of Rwanda prohibits commercial relations with that Country, Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Republic of Rwanda prohibits any import of goods from that Country or any payments to persons or entities in that Country. 2. For the information of bidders, at the present time firms, goods and services from the following countries are excluded from this bidding: (a) With reference to paragraph 1.8 (a) (i) of the Guidelines: (b) With reference to paragraph 1.8 (a) (ii) of the Guidelines: 95

96

97 PART 2 Works Requirements 97

98 Section VI. Client s Requirements 98 Section I. Works Requirements Scope of Works The scope of work consist of Design, supply and installation of electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV & Design, supply and installation of Street lighting equipment for main roads in Rubavu Districts as specified in Bill of Quantities. The contractor shall also construct the new power houses to meet the indoor substation design. The details of the scope of work are captured in the Bill of Quantities. EDCL

99 Section VI. Client s Requirements 1 Section II: GENERAL TECHNICAL SPECIFICATION 1. General Scope of the works Environmental Data Basic Design Data Deviation from Specification Approval of Drawings Equipment Inspection and Testing Test Certificates Commissioning Tests Safety Precautions General Data: Site Health And Safety Management Plan Arrangements for controlling significant site risks Health and safety file Environmental Protection Quality Assurance Marking of Equipment Standards and specifications Specification Abbreviation Standards and Specifications Technical data specification kv switchgear Low voltage distribution board Distribution transformers

100 Section VI. Client s Requirements Steel Poles (12m) 2000 DaN Steel Pole 14m, 2000 dan Conductor ACSR 120/ Twisted cable 3x mm² Aluminium Underground cable 240 sqmm CU Line post insulators 30KV Polymeric Strain Insulators (30kV, 70kN) kV Surge Arrestors Fused Cut-outs 30kV LED Lamps Transformer compact substation Concrete pole 9m, 250DaN Optical ground wire Environmental and social requirements for tendering Environmental requirements Social requirements Drawings Rubavu proposed MV Line to be upgraded Single line Diagram of the Proposed Network upgrade

101 Section VI. Client s Requirements 3 1. General 1.1. Scope of the works This section covers the general technical specifications for the electrical part of the works and consequently describes the supply, installation and commissioning of all the electrical equipment and materials required to ensure the satisfactory operation for the 30kV/400V networks in Rwanda and shall comply with the standards and the stipulations as specified under the technical specifications. It is not in the intention of this project scope description and associated technical specifications to specify any design detail. It is left to the experience and practice of the Contractor, who shall furnish equipment and all related installation services that shall meet, in all respects, the requirements as specified herein with regard to performance, durability and satisfactory operation. However any deviations from these requirements that may be proposed by the Contractor must be reviewed and approved by the Client in writing before they can be used. Any fittings or accessories or apparatus which are not specifically mentioned in the Specifications, but which are necessary for the safe and satisfactory functionality of the associated equipment, shall be deemed to be included in the Works and shall be provided by the Contractor as a part of the Works at no additional cost to the Client. Where the specification refers to items not required for the project, the specific clauses shall be ignored. The detailed technical schedules shall take precedence in the event of any discrepancies. The works are located in Rubavu District of Rwanda 1.2. Environmental Data The project is located in an area of Rwanda with a climate characterized as sub-tropical to tropical. The following summarised climate data will form the design data for the working conditions of the equipment: Air Temperatures: Maximum outdoor temperature Minimum outdoor temperature Maximum daily average temperature +35 C +5 C +30 C 3

102 Section VI. Client s Requirements 4 Annual average temperature Rainfall: Annual average rainfall Solar Radiation: Maximum solar radiation Isokeronic Level +20 C 1,500mm 5,200 W/m² High Altitude > 1,500m Air Humidity Up to 95% Wind Maximum wind velocity Maximum Sustained Wind speed 40 m/s 29m/s 1.3. Basic Design Data Electrical Design The electrical characteristics of the distribution lines shall be as stated below: System Design Parameters Description MV LV Nominal System Voltage 30kV 400V Rated Voltage for equipment 33kV 415V Highest Continuous operating voltage 36kV 420V Frequency 50Hz 50Hz Short Circuit Current 25kA 12kA Neutral Point Directly earthed Directly earthed Short Circuit Current Duration 3 sec 1sec Insulation levels - 1.2/50µs impulse 170kV Peak 9.5kV Power frequency withstand for 1 minute 70kV rms 10 kv rms Lightning impulse withstand 20kV 4

103 Section VI. Client s Requirements 5 1. to earth, between poles - isolating distance 145kV 165kV Insulation withstand for all aux.& control circuits (2 mins) 2kV rms Minimum Creepage to earth Minimum clearance Phase to Phase Minimum clearance Phase to Earth 1080mm 500mm 500mm Overhead line conductor minimum ground clearance at 65 o C 1. Open ground 7000mm 2. Roads 7500mm 3. 30kV lines 2500mm 4. Telecom lines 2500mm Mechanical Design Wind Velocity Dynamic wind pressure : 45m/s : 720N/m² Pole Design Safety factor : Deviation from Specification Bidder shall submit with its bid, details with drawings indicating any aspect where his proposed design differs from requirements of this specification. Failure to comply with this requirement will be interpreted as full compliance with the specification Approval of Drawings The successful Bidder shall submit detailed drawings of all facets of the works for approval by the Client prior to commencement of manufacture or construction Equipment Inspection and Testing The Client or his Consultant reserves the right to inspect any equipment at the manufacturer's works at any stage during manufacturing. The Contractor shall notify the Client of any routine or type testing at the factory. 5

104 Section VI. Client s Requirements 6 Equipment shall not be dispatched from the factory until final factory acceptance test has been witnessed by the supervision firm Agency or until his authority has been given for dispatch Test Certificates Copies of all test certificates of equipment shall be submitted to the Client and shall be included in the operation manual Commissioning Tests A commissioning test will only be successful once the specified values are attained, irrespective of the number of readings required in the process. Commissioning tests to be carried out on site: 1. Such other tests as are required by the Client to prove compliance with the Specification independently of any test which may already have been carried out at the manufacturer s Works, or elsewhere; 2. Such tests may be required by the Client to prove the load bearing capacity of foundations and stay anchors; 3. Soil resistivity test (if called for in writing by the Client ); 4. Continuity and resistance of the earth conductor; 5. Earth impedance test; 6. Polarity; 7. Phase rotation; 8. Phase to neutral voltage reading on the longest circuit from the transformer. 9. Commissioning shall be done per LV Transformer zone. Two copies of all test results are to be submitted to the Client with the originals included in the operations manual Safety Precautions The contractor shall work strictly in accordance with the safety precautions of the Rwandan Government. The Contractor shall be responsible for the safety of all workers and other persons entering the Works and shall, at his own expense (where not otherwise stated); take all measures necessary to ensure their safety. Reference in these respects is made to the Conditions of Contract, but in particular such measures shall include, but not be limited to, the following: 1. Provision of proper safety and emergency regulations for the prevention of and response to fire, gas and electrical, traffic, workplace and other accidents; 6

105 Section VI. Client s Requirements 7 2. Provision of personal protective equipment to all workers 3. Supply of stretchers and first aid boxes, together with rescue facilities generally, for each place of working; 4. Safe shoring and suitable barriers and warning signs for all excavations; 5. Provision of effective safety clothing including safety helmets for all personnel; 6. Provision and maintenance of suitable lighting when necessary to ensure that the Works are adequately illuminated at all times, including appropriate spares and standby equipment; 7. Provision and maintenance of safe and effective lifting equipment, including ropes, slings, pulleys and other lifting tackle, 8. Provision of safe and easy access to any part of the Works; 9. Provision of notices written in the local languages used in the project area and English to be erected at points likely to be used by the public, which shall warn the public of the existence of the Works. These notices shall be in addition to any statutory requirements demanded of the Contractor; 10. Provision of suitable barriers and warning signs for any work carried out near or around live equipment; The Contractor shall ensure that all his employees are fully conversant with the regulations and the emergency and rescue procedures, and the Contractor shall enforce the rule that any employee committing a serious breach of such regulations shall be instantly dismissed and shall not be reemployed. Before the construction works, the Contractor will deliver to Client and Supervision Firm for approval the Health and Safety Plan for Construction works, where must be detailed at least, but not limited to, next items: 1.10 General Data: 1. Project description and key dates 2. Key contact details (client, designers, coordinators, principal contractor and other consultants) 3. Extent and location of existing records and plans relevant to health and safety on site and details on work sequencing 1.11 Site Health And Safety Management Plan 1. Program of works highlighting residual risks which need to be managed 2. Management structure and responsibilities for health and safety 3. Health and safety targets for the project setting standards 4. Arrangements for: 7

106 Section VI. Client s Requirements 8 a) Regular liaison between parties on site b) Consultation with the workforce c) Handling design changes during construction phase d) The selection and management of sub-contractors e) The exchange of health and safety information between contractors f) Arrangements for site security/access g) Site induction h) Onsite training i) Welfare facilities and first aid arrangements j) Reporting of accidents and incidents k) Production and approval of method statements l) Site rules m) Fire and evacuation procedures 1.12 Arrangements for controlling significant site risks 1.13 Health and safety file 1. Layout, format and content 2. Arrangements for collecting and gathering information In addition, the contractor shall hold monthly safety meetings and minutes of such meetings must be forwarded to the Client Environmental Protection The contractor shall work strictly in accordance with the Environmental Protection Laws and Standards of the Rwandan Government Quality Assurance The supplier shall provide current certification showing the manufacturer s compliance with ISO 9000 or equivalent national standard. 8

107 Section VI. Client s Requirements Marking of Equipment Each packing case shall be indelibly marked, in two adjacent sides and on the top, with the following information: Client s name, that is: EDCL Contractor s name: Tender or contract number: Manufacturer s name: Name and address of Contractor s agent in Rwanda: Description of contents: Individual serial number: Country of origin: Gross and net weights in kilograms: Case measurements: All necessary slinging and stacking instructions: 2. Standards and specifications 2.1 Specification Abbreviation The list below is an explanation of the abbreviations of the respective Standard Specifications listed in the schedule below: BSI: British Standards Institution BSS: British Standard Specifications IEC: International Electro technical Commission EN: European Standards SABS: South African Bureau of Standards ISO: International Standards Organization NFC: Near Field Communication NRS: National Reticulation Standards ESI: Electricity Supply Industry 9

108 Section VI. Client s Requirements 10 ANSI: American National Standards Institute IEEE: Institute of Electrical and Electronics Client s 2.2 Standards and Specifications Unless otherwise specified herein, all the materials and equipment to be used or supplied, together with all workmanship and tests, shall be in accordance with National standards, as well as with the latest editions of IEC AND ISO Standards. Should National Standards not be applicable, IEC shall apply. For any such Standards which are not written in the English language, the Contractor shall provide copies of an English translation thereof. The Contractor shall at all times keep copies of the specified Standards and Codes and all amendments thereto available for reference and inspection at the Site. 3. Technical data specification kv switchgear Datasheets 30 kv SWITCHGEAR Unit Required Quoted 1.Common Features of Switchgear SF6 insulated Country/town of manufacture x Common features of switchgear x SF6 Type Type tested yes/no yes Institute performing type test First commercial operation of offered type year Standards IEC/ VDE Single or three phase encapsulated Rated voltage kv 30 Maximum continuous system voltage kv 36 Impulse withstand voltage - at nominal gas pressure kv at minimum gas pressure kv 10

109 Section VI. Client s Requirements kv SWITCHGEAR Unit Required Quoted Power frequency withstands voltage (1 min.) - at nominal gas pressure kv 70 - at minimum gas pressure kv Rated frequency Hz 50 Rated short circuit current (3s) ka 25 Rated peak short circuit current ka 63 Insulation medium of busbar Conductor material Material of enclosures and thickness SF6 copper Rated busbar current A 1250 Weight of one cubicle feeder (ready for operation) Heaviest part of transport unit Degree of protection - MV switchgear cubicle IP64 - LV compartments IP4X Feeder width of cubicle mm 600 Rated SF6 pressure Setting of pressure relive device Admissible minimum gas pressure at rated voltage Gas quantity required for one feeder Leakage rate of SF6 gas per compartment / per year No. of (gas) compartments - per cable/line feeder - per transformer feeder 2.GIS Circuit Breaker kg kg bar bar bar steel min 2mm % Max

110 Section VI. Client s Requirements kv SWITCHGEAR Unit Required Quoted Manufacturer Country/town of manufacture Type Type tested yes/no yes Standards 12 IEC/VDE Arc quenching medium type vacuum Combined earthing and busbar disconnecting yes/no Number of phases 3 Rated voltage (U0/U) kv 30 Max. continuous system voltage kv 36 yes Impulse withstand voltage (peak) : kv 170 Power frequency withstand voltage (1 min.): kv 70 Rated frequency Hz 50 Rated short-time withstand current (3 s) ka 25 Rated peak short circuit current ka 63 Rated normal current: Incomer feeder Outgoing feeder Rated short circuit breaking current ka 25 Rated short circuit making current ka 63 Rated cable charging breaking current Maximum capacitive breaking current Rated operating sequence: A A A A with t s with t' min 3 Closing time ms 50 Dead time ms 45 Break time ms 2 Make time Arcing time ms 13 ms O-t-CO-t -CO

111 Section VI. Client s Requirements kv SWITCHGEAR Unit Required Quoted Live span of contacts (for no. of operations) X X - at rated continuous current no. required - at rated breaking current no. required Auxiliary contacts: - number of NO # - number of NC # - voltage rating V DC current rating A 10 No. of making coil 1 No. of tripping coil 2 Operating mechanism - for closing spring - for opening spring Motor - voltage V DC power W Hand operating facilities yes/no yes 3.Three Position Isolator Switch Type x Required Type tested yes/no yes Standards Rated voltage (Uo/U) kv 30 Max. continuous system voltage kv 36 Rated frequency Hz 50 Number of phases # 3 Arrangement Impulse withstand voltage (1.2 / 50 s full wave) 13 IEC VDE indoor kv 170 Power frequency withstand voltage (1 min) kv 70 Rated normal current:

112 Section VI. Client s Requirements kv SWITCHGEAR Unit Required Quoted Incomer feeder Outgoing feeder A A Rated short-time withstand current (3 s) ka required Rated peak short circuit current ka required Auxiliary contacts: - number of NO Nos. required - number of NC Nos. required - voltage rating V DC current rating A 10 Motor - voltage V DC power W Hand operating facilities yes / no yes Opening time of isolator s Required Closing time of isolator s Required 4.Maintenance Earthing Switch Type Type tested yes/no yes Standards Rated current Incomer feeder Outgoing feeder Rated short-time withstand current (1 s) Rated peak short circuit current Auxiliary contacts: A A ka ka (if applicable) IEC/ VDE voltage rating V DC current rating A 10 Operating mechanism manual 5.Current Transformer x Required 14

113 Section VI. Client s Requirements kv SWITCHGEAR Unit Required Quoted Name of manufacturer x Required Country of manufacture x Required Type Type tested yes/no yes Standards IEC/VDE Rated voltage kv 30 / 3 Rated frequency Hz 50 Arrangement indoor Number of phases Single Rated primary current: A Required Rated secondary current Type A A Required Type B A Required Protection core 1 A 1 Protection, if required core 2 A 1 Instruments / measuring core 3 A 1 Measuring cores: - Accuracy class 1M5 - Burden VA 10 Protection cores: x x - Accuracy class x 5P20/Cl.X - Burden A VA 10 Burden B VA Rated short-time withstand current ka 25 Rated peak short-circuit current ka 63 Impulse withstand voltage (peak) kv Instrument security factor Insulation material Limits continuous primary current A Knee point e.m.f. (Cl. x) V 15

114 Section VI. Client s Requirements kv SWITCHGEAR Unit Required Quoted 6.Voltage Transformer Name of manufacturer Country of manufacture Type Type tested yes/no yes Standards Type of voltage transformer Rated frequency Arrangement Hz IEC/ VDE indoor Number of phases # Single Power frequency withstand voltage (1 min) of primary side kv 50 Impulse withstand voltage (1.2 / 50 s full wave) kv 125 Rated primary voltage kv 30 / 3 Rated secondary voltage V 100 /3 Rated tertiary voltage, if required V 100 / 3 Accuracy class Cl. 0.5 Rated output: - secondary VA Required - tertiary VA Required Insulation material SF6 7.BAY CONTROL UNIT Overcurrent protection 50/51 and 50N/51N. yes/no Yes Autoreclose yes/no Yes Active Energy meter yes/no Yes Reactive Energy meter yes/no Yes Active Power measurement yes/no Yes Reactive Power measurement yes/no Yes 16

115 Section VI. Client s Requirements 17 Current measurement yes/no Yes Voltage measurement yes/no Yes Frequency measurement yes/no Yes Cos phi measurement yes/no Yes Operating number of circuit breaker recording yes/no Yes Operating time of switchgear recording yes/no Yes Fault record 100 events with date and hour. yes/no Yes Communication port with PC for setting and supervision yes/no Yes SCADA system communication port yes/no Yes Rated auxiliary voltage V 110V DC Binary input voltage V 110V DC Binary output voltage V 110V DC Analogue input current A 1 Analogue input voltage V 100V AC 8.Housing Heating V 220V AC Lightening V 220V AC Paint Tropicalised Colour Gray 9.DC Supply 110 V Unit Required Offered 17 Battery Name of manufacturer Country of manufacture Type NiCd, maintenance free, spill proof Standards IEC Rated Voltage V 110 Ten hours rating capacity Ah 60Ah One minute rating current A 60A

116 Section VI. Client s Requirements 18 Maximum voltage V V Minimum voltage V 99 Number of cells - 55 Battery floating voltage V Boost charging voltage (max.) V/cell Float charge current A Boost charge current (max) A Self-discharge (at 25 C) %/week Density of electrolyte at 25 C Max. operating temperature C 45 Number of cells Total weight (board) kg Description and pamphlet to be joined 10.Battery Charger Name of manufacturer Country of manufacture Type Standards IEC AC supply V 410 or 230 ± 10% Rated input power kva Rated DC output current A to be determined by the Contractor Rated output voltage V Degree of protection IP42 Housing material Charger efficiency at 100% output % >80 Residual voltage (ripple) % Floating voltage regulation % Equalising voltage regulation % Total weight charger kg Dimensions length width height mm mm mm Description and pamphlet 11.DC Distribution Board to be attached 18

117 Section VI. Client s Requirements 19 Rated Current A to be determined by the Contractor (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. The switchgear shall be designed, manufactured and tested in accordance with IEC (1998), and related standard. The electrical characteristics of each Switchgear shall be as follow. (1) Nominal Voltage : 30 kv (2) Rated nominal current of bus bars : 630 A (3) Load breaking current : 630 A (except fuse link) (4) Power frequency withstand voltage* : 70 kv (5) Lightning impulse withstand voltage* : 170 kv (6) Short time current 3 sec : 20kA (7) Insulation : SF6 Gas * The above figures are for 2000 m ASL (above sea level) and those in parenthesis are for the testing at standard conditions at levels below 1,000 m ASL Basic Constructional Aspects (1) The mechanical design and strength of the unit and components shall be able to bear the mechanical stresses on the switch terminals when installed and in operation. 19 (2) The equipment shall withstand the electro-dynamic forces without reduction of the switches reliability or current carrying capacity.

118 Section VI. Client s Requirements 20 (3) The unit shall be provided with lifting facilities of proven design for easy handling. (4) The equipment shall be complete with necessary cable terminal boxes, earth fault indicating device with current transformers, fuses switch and switching equipment with necessary safety interlocks and designed for minimum maintenance Cable Terminations The cable terminations shall be suitable to receive single core underground cable (XLPE 240 sqmm) Earth Fault Indicator (1) The earth fault indicating device shall be provided for each incoming cables to indicate the faulty section during each fault. (2) The earth fault indicating device shall comprise of an earth fault relay indicator which shall directly be operated by the secondary current from the split-core type core-balance transformer. After re-energizing the indicator should be automatically re-set by single phase 230 V a.c. supply Fuse Link Replacement (1) Fuse links shall be provided on a removable carriage and the opening of the fuse chamber access cover shall disconnect the carriage in order to provide double disconnection. (2) Latching arrangements of fuse carriage, after partly lifting for full access of fuses, shall be provided Contactors and Conductors All contacts and conductors shall be of high quality copper as per the stipulated standard and all making/breaking contacts shall be silver-plated. 20

119 Section VI. Client s Requirements Anti-corrosive Prevention (1) The chamber interiors shall be cleaned of all scaled rust by shot blasting or any other approved chemical method and shall be coated with paint/enamel or suitable medium resistive to the electrical insulating medium adopted. (2) The exterior of the unit cleaned of all scale and rust by shot blasting or any other approved chemical method and shall be treated with zinc spray. (3) Every precautionary method should be taken to design and construct the unit for weatherproof against the service conditions indicated Operational Aspects (1) The operating mechanisms shall be integral with switches, interlocks etc. and be of independent manual type. (2) The operating mechanisms shall be of independent manual type and shall be integral with switches and interlocks. (3) The movement of any operating handle against an interlock shall not by any means originate, store or activate the energy mechanism Operational Interlocks Safety of operation shall be ensured by interlocks which prevent; (1) Inadvertent operation of any RMU switch and T-off switch direct from the ON position to EARTH-ON position or vice versa. (2) Operating and closing of any access cover or doors of the switches and fuse chamber unless the associated switch is at the EARTH-ON position, mechanisms reset and operational rod removed. (3) Access of fuse removal unless the fuses are doubly isolated and earthed. 21

120 Section VI. Client s Requirements 22 (4) Test plugs or probes being inserted or withdrawn unless the relevant switch is at the EARTH-ON position. (5) Operation of any switch to ON position from any position with the access cover opened. (6) Operation of any switch from EARTH-ON to OFF position unless the associated access cover is closed and bolted or test plugs inserted. (7) Reclosers of fuse chamber access with a blown fuse in circuit, a fuse holder/carriage not latched in, a fuse holder trip lever incorrectly set. (8) In case of more than one handle operating shafts, simultaneous dual operation, ensuring access only to one of the two operating shafts Padlocking Arrangements Arrangements shall be provided for locking up with padlocks for each of the following: (1) Each of the access doors and covers (2) Each of the operating handle to the frame work (3) Each control position to prevent moving from OFF position to the ON position and vice versa Earthing (1) All panel and access covers or doors etc. rotating about hinges shall be earthed to the adjacent main frames by earthing wire on cable. (2) The frame of each switch shall be provided with reliable earthing terminal having a clamping screw. (3) All the earthing terminals shall be bolted for equal potential and brought to a main earthing terminals. 22

121 Section VI. Client s Requirements 23 (4) The earthing conductor or strap mainly of copper shall be mechanically protected as well as against corrosion and be of adequate size for the coordinated ratings as per schedule of particulars Accessories The following accessories shall be supplied along with the RMU: (1) Foundation grouting bolts of correct size and numbers (2) Cable end boxes complete with brass cable wiping glands Spare Parts The following accessories shall be supplied along with the RMU. - One (1) lot of power fuses for each type of RMU - Other recommended spare parts Tests The following test shall be carried out at the Supplier s plant. (1) Dielectric withstand tests (2) Mechanical operation (including interlocks) checks (3) Leakage test (4) Power frequency voltage withstand tests (5) Measurement of resistance Test items at the Site shall be recommended by the Supplier and obtained the Consultant s approval. 23

122 Section VI. Client s Requirements 24 Indoor-use distribution transformer shall be provided and connected with the Switchgear. The 30/0.4kV transformer shall be of 50 Hz, three phases, oil immersed, self-cooled and shall be in accordance with IEC standard The rated capacity shall be 25kVA, 50 kva, 100 kva, 160 kva, 250 kva, 400 kva and 630 kva. (1) Rated primary voltage : 30 kv (2) Rated secondary voltage : V, 3-phase, 4-wire system (3) Number of phase : 3 (4) Rated frequency : 50 Hz (5) Winding connection (Primary) : Delta (6) ditto - (Secondary) : Star with neutral brought out to grounding (7) Vector Symbol : Dyn 11 (8) Power-frequency for one minute : 70 kv (78.6 kv) (9) Full-wave lightning impulse : 170 kv (191 kv) (10) Accessories - Name and rating plate - Middle voltage (30 kv) cable box with accessories - Low voltage (0.4 kv) cable box with the secondary MCCB and Wh, A, V meters with selector switches - Oil level indicator - Oil temperature indicator 24 - No-load tap changer with pad lock

123 Section VI. Client s Requirements 25 - Drain valve - Foundation hardware - Grounding clamps - Other necessary accessories The above figures are for 2000 m ASL (above sea level) and those in parenthesis are for the testing at standard conditions at levels below 1,000 m ASL Low voltage distribution board. General 25 The box shall have an insulated neutral busbar connected to the transformer neutral bushing but insulated from the body to a basic insulation level of 1000V. The box base must support main incoming cables from 35mm² to 95mm² 4 core armoured copper cables from the transformer LV bushings. Provision must also be made to support multiple outgoing feeders from 16mm² to 95mm². A reliable earthing terminal, having a clamping screw or nut, for connection to an earth conductor suitable for the fault condition specified shall be provided. The diameter of the clamping screw/nut shall be M12 or greater and shall be connected to the substation earthing system. Phase rotation must be indicated in the door of this box. All distribution boards and components shall comply with the relevant BS and IEC specifications. Each of these boards shall be free standing floor cubicle. The dimensions of each of these boards shall be such that the board can be installed in the available space as indicated on the drawings. Each distribution board shall be constructed of at least 2,0mm mild steel. Floor mounted types shall be bolted down in position by means of 16mm diameter high tensile steel bolts grouted into the concrete floor. The board shall be for front access. All bolts for bolting sections of the board together, shall be provided with rivet type nuts or other approved method of fixing the nuts. The boards shall be provided with readily removable covers and hinged panels on the front and fixed covers on the top, back and sides. All removable covers shall be provided with chromium plated handles. To facilitate removal, these covers shall be suitably braced and reinforced to ensure rigidity.

124 Section VI. Client s Requirements 26 All hinged panels shall be suitably braced and reinforced to ensure rigidity and provided with heavy duty dustproof hinges. These panels shall be provided with chromium plated knobs or handles. All switchgear instruments and equipment used shall be mounted flush behind the front panels of the boards. The boards shall be provided with a readily removable rigidly supported cable-end support gland plate along the entire length of the board and at least 225mm above the lower edge of the board. Glands and/or cable boxes shall be provided for each type and size cable specified on the detailed specification. The board shall be suitably sized to accommodate, without cramping, all the switchgear and equipment specified. Paint finish shall be as specified for control cubicles. Screwed-on engraved labels shall be provided below all switchgear and equipment on the panels, to facilitate identification. Busbars shall be rigidly supported at suitable intervals to prevent undue damage resulting under short circuit conditions. Ceramic or other approved busbar insulators shall be used. The busbars shall be arranged horizontally. Busbars shall be clearly and indelibly marked Red, Yellow and Blue for the three phases and Black for neutral. Connections to busbars shall be effected by means of cable lugs, suitably sized cadmium plated, high tensile steel bolts and nuts with lock washers. All screws, studs, bolts, nuts and washers used for this board shall be rustproof. The use of self-tapping screws will not be accepted. 26

125 Section VI. Client s Requirements 27 Incoming Compartment The incoming compartment in the abovementioned box shall be installed as follows: Main Incoming circuit breakers are not standard and must be installed as per requirement for he specific transformer. If one breaker only is required, then the second position will be left empty. Provision to be made for CT s where required Outgoing (feeder) Compartment The outgoing compartment shall as a standard be equipped with repect of transformer installed. Cable Terminations and Entries Entries All cable entries to the LV distribution box shall be from below. The DB shall be installed on a cable trench. All cable terminals shall be provided with lugs appropriate to the cable specified, bolts, nuts, plain washers and locknuts. 27

126 Section VI. Client s Requirements 28 The armouring of all cables shall be earthed to the main earth busbar together with the bare copper earth conductor specified with that cable. Terminations The supply end connections to equipment shall be at the top and load end connections at the bottom. All conductors terminating on equipment with screwed terminals shall be fitted with lugs. The lugs shall be soldered or crimped to the end of the conductor with the correct amount of insulation removed from the end to fit into the lug. Strands may not be cut from the end of the conductor. Connections to circuit breakers, isolators or contactors shall be made by one of the following methods: A ferrule of the correct size Soldering the end of the conductor, or Winding a conductor strand tightly around the end to totally cover the end. Identification The colour of the conductors of all 400V circuits shall correspond to the colour of the supply phase for that circuit. Neutral conductors shall be black. All other conductors in the cubicle for control circuits, etc., shall be coded in colours other than those specified above. The devised colour codes shall be shown on a wiring diagram. Coloured PVC or other tape will not be acceptable for colour coding. Labelling Each incoming and outgoing feeder must be properly labelled with permanent labelling at least 15mm high. The feeder name will be provided by EUCL. 28

127 Section VI. Client s Requirements Distribution transformers Three Phase Transformer 30/0.4kV, 630kVA No. Characteristics Unit Client Requirements Supplier indication No. Country of Origin (*)... 1 Manufacturer (*)... 2 Material origin (*)... 3 Standards IEC or equivalent... 4 Rating power kva Type Outdoor... 6 Nominal voltage kv Cooling Method ONAN... 8 Vector group 9 Dielectric Dyn11 Mineral oil (Not ASKAREL nor PCBs) Frequency Hz Transformation Ratio kv 30/ Power Frequency withstand kv Impulse withstand voltage kv Impedance voltage (%) % 4±10% Temperature rise for oil on the top C Temperature rise for Winding C No-load losses (W) W Load losses (W) W

128 Section VI. Client s Requirements 30 No. Characteristics Unit Client Requirements Supplier indication 19 LV Winding material Copper 20 MV Winding material Copper 21 Bushing material porcelain 22 Creepage distance of MV bushings mm Fixing to the pole Yes 24 Tap changers 25 Type test % minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test 26 Acceptance tests Requested (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 30

129 Section VI. Client s Requirements Three Phase Transformer 30/0.4kV, 400kVA No. Characteristics Unit Client Requirements Supplier indication No. Country of Origin (*)... 1 Manufacturer (*)... 2 Material origin (*)... 3 Standards IEC or equivalent... 4 Rating power kva Type Outdoor... 6 Nominal voltage kv Cooling Method ONAN... 8 Vector group 9 Dielectric Dyn11 Mineral oil (Not ASKAREL nor PCBs) Frequency Hz Transformation Ratio kv 30/ Power Frequency withstand kv Impulse withstand voltage kv Impedance voltage (%) % 4±10% Temperature rise for oil on the top C Temperature rise for Winding C No-load losses (W) W Load losses (W) W LV Winding material Copper 20 MV Winding material Copper 21 Bushing material porcelain 31

130 Section VI. Client s Requirements 32 No. Characteristics Unit Client Requirements Supplier indication 22 Creepage distance of MV bushings mm Fixing to the pole Yes 24 Tap changers 25 Type test % minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test 26 Acceptance tests Requested (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 32

131 Section VI. Client s Requirements Three Phase Transformer 30/0.4kV, 250kVA No. Characteristics Unit Client Requirements Supplier indication No. Country of Origin (*)... 1 Manufacture (*)... 2 Material origin (*)... 3 Standards IEC or equivalent... 4 Rating power kva Type Outdoor... 6 Nominal voltage kv Cooling Method ONAN... 8 Vector group 9 Dielectric Dyn11 Mineral oil (Not ASKAREL nor PCBs) Frequency Hz Transformation Ratio kv 30/ Power frequency withstand kv Impulse withstand voltage kv Impedance voltage (%) % 4±10% Temperature rise for oil on the top C Temperature rise for Winding C No-load losses (W) W Load losses (W) W LV Winding material Copper 20 MV Winding material Copper 33

132 Section VI. Client s Requirements 34 No. Characteristics Unit Client Requirements Supplier indication 21 Bushing material porcelain 22 Creepage distance of MV bushings mm Fixing to the pole Yes 24 Tap changers 25 Type test % minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test 26 Acceptance tests Requested (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 34

133 Section VI. Client s Requirements Three Phase Transformer 30/0.4kV, 160kVA No. Characteristics Unit Client Requirements Supplier indication No. Country of Origin (*)... 1 Manufacture (*)... 2 Material origin (*)... 3 Standards IEC or equivalent... 4 Rating power kva Type Outdoor... 6 Nominal voltage kv Method cooling ONAN... 8 Vector group 9 Dielectric Dyn11 Mineral oil (Not ASKAREL nor PCBs) Frequency Hz Transformation Ratio kv 30/ Power frequency withstand kv Impulse withstand voltage kv Impedance voltage (%) % 4±10% Temperature rise for oil on the top C Temperature rise for Winding C No-load losses (W) W Load losses (W) W LV Winding material Copper 20 MV Winding material Copper 21 Bushing material porcelain 35

134 Section VI. Client s Requirements 36 No. Characteristics Unit Client Requirements Supplier indication 22 Creepage distance of MV bushings mm Fixing to the pole Yes 24 Tap changers 25 Type test % minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test 26 Acceptance tests Requested (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 36

135 Section VI. Client s Requirements Three Phase Transformer 30/0.4kV, 100kVA No. Characteristics Unit Client Requirements Supplier indication Country of Origin (*)... Manufacture (*)... Material origin (*)... Standards IEC or equivalent... Rating power kva Type Outdoor... Nominal voltage kv Method cooling ONAN... Vector group Dielectric Dyn11 Mineral oil (Not ASKAREL nor PCBs)... Frequency Hz Transformation Ratio kv 30/ Power frequency withstand Impulse withstand voltage kv 70 kv Impedance voltage (%) % 4±10%... Temperature rise for oil on the top Temperature rise for Winding C 57 C No-load losses (W) W 245 Load losses (W) W 1550 LV Winding material MV Winding material Copper Copper 37

136 Section VI. Client s Requirements 38 No. Characteristics Unit Client Requirements Supplier indication Bushing material Creepage distance of MV bushings Fixing to the pole Tap changers Type test Acceptance tests (*) should be indicated by the bidder. mm % porcelain 576 Yes minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test Requested (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 38

137 Section VI. Client s Requirements Three Phase Transformer 30/0.4kV, 50kVA No. Characteristics Unit Client Requirements Supplier indication 1 Country of Origin (*)... 2 Manufacture (*)... 3 Material origin (*)... 4 Standards IEC or equivalent... 5 Rating power kva Type Outdoor... 7 Nominal voltage kv Cooling Method ONAN... 9 Vector group Dyn Dielectric Mineral oil (Not ASKAREL nor PCBs) 11 Frequency Hz Transformation Ratio kv 30/ Power frequency withstand 14 Impulse withstand voltage kv 70 kv Impedance voltage (%) % 4±10% Temperature rise for oil on the top 17 Temperature rise for Winding C 57 C No-load losses (W) W Load losses (W) W

138 Section VI. Client s Requirements 40 No. Characteristics Unit Client Requirements Supplier indication 20 LV Winding material Copper 21 MV Winding material Copper 22 Bushing material porcelain 23 Creepage distance of MV bushings mm Fixing to the pole Yes Tap changers Type test % minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test 27 Acceptance tests Requested (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 40

139 Section VI. Client s Requirements Three Phase Transformer 30/0.4kV, 25kVA No. Unit Characteristics Client Requirements Supplier indication 1 Country of Origin (*)... 2 Manufacture (*)... 3 Material origin (*)... 4 Standards IEC or equivalent... 5 Rating power kva Type Outdoor... 7 Nominal voltage kv Method cooling ONAN... 9 Vector group Dyn Dielectric Mineral oil (Not ASKAREL nor PCBs) 11 Frequency Hz Transformation Ratio kv 30/ Power frequency withstand kv Impulse withstand voltage kv Impedance voltage (%) % 4±10% Temperature rise for oil on the top 17 Temperature rise for Winding C 57 C No-load losses (W) W Load losses (W) W LV Winding material Copper 41

140 Section VI. Client s Requirements 42 No. Characteristics Unit Client Requirements Supplier indication 21 MV Winding material Copper 22 Bushing material porcelain 23 Creepage distance of MV bushings mm Fixing to the pole Yes Tap changers Type test % minimum five position:0,±2.5%,±5% - Temperature rise test - BIL test 27 Acceptance tests Requested (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 42

141 Section VI. Client s Requirements Steel Poles (12m) 2000 DaN Unit Client N Description requirement 1 Manufacture (*) Supplier indication 2 Country of origin (*) 3 Applicable standards (ISO 1461, ISO 14713) 4 Thickness (e ) mm 5 5 diameter at the top (Фt) 6 diameter at the top (Фb) mm 240 mm 600 wind tension on the pole (V) 6 distance of gravity centre from the base (G) N 1170 m weight of the pole (M) kg Pole Length m 12 9 Nominal tension DaN 2000 (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 43

142 Section VI. Client s Requirements Steel Pole 14m, 2000 dan Description Unit Client requirement Supplier indication Manufacture Country of origin Applicable standards (ISO 1461, ISO 14713) Diameter of the top mm 155 end Diameter at the base mm 430 Thickness (mm) mm 4 Wind tension on the pole Distance of gravity Centre from the base N 160 m 600 Weight of the pole Kg BS-729 Pole Length m 14 Nominal tension dan 2000 (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Signature Bidder 44

143 Section VI. Client s Requirements Conductor ACSR 120/12 N Description Unit Client Requirement Supplier indication 1 Typeofconductor(ratedcrosssection in mm² and metaltype) mm² 120/20 ACSR 2 Applicable standards EN 50182(orequivalent) 3 Manufacture (*) 4 Countryof origin (*) 5 Codenumber (*) AluminiumWires 6 Material harddrawnaluminium 7 Diameter of wire mm 2,44 8 Number ofstrands 26 9 Calculatedareaofaluminiumwires mm2 121,6 10 Maximum resistivityat20 C nωm 28, Minimum tensile strength MPa Coefficientoflinearexpansionat 20 C per C 23 E-06 Zinc-coatedsteelwires: 13 Material Round zinc-coated 14 Typeofsteelwire steel Regular 15 Classofzinc-coating Class 1 16 Diameter of wire mm 1,90 17 No. ofstrands 7 18 Calculatedareaofsteelwires mm2 19,8 19 Min. tensile strength MPa 1,40 E-03 45

144 Section VI. Client s Requirements Min. stressat1% extension MPa 1,17 E Min. elongation % 3 22 Coefficientoflinearexpansionat 20 C (per C) 11,5 E Approx. Diameter m 15,5 24 Totalarea of conductor ofcondu mm2 141,4 25 Linear mass of conductor kg/km 491,0 26 Rated tensile strength of conductor kn 44,5 27 Modulus of elasticity kn/mm Coefficientoflinearexpansion(per C) 1,92 E DC resistanceat 20 C Ω/km 0, AC resistanceat 20 C Ω/km Currentcarrying capacity at80 C A Direction oflay(right or left) Z 33 Dropping point ( point degoutte ) ( C) 105 (*) should beindicated bythebidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 46

145 Section VI. Client s Requirements Twisted cable 3x mm² Aluminium N o Description Unit Client Requirement Supplier Indication 1 Standard (IEC 60502, IEC 61089, IEC 60228, IEC 60889) 2 Manufacture (*) 3 Countryof origin (*) 4 Voltage 0.6/1 kv Conductor of phase 5 Material Aluminium 6 Section 25 mm² 7 Class(IEC 60228) 2 8 Diameter 5.8 to 6.3mm 9 Resistance of CC at 20 C 1.20 Ohm/km 10 Insulationtype XLPE 11 Thickness 1.4 mm 12 Diameter over insulation (mm) Twisted cable 8.6 ᶲ Nominal current(iec 110 A ) Weight (Kg/Km) charge derupture 300 dan 16 Phase Conductor marking (*) shouldbeindicatedbythe bidder. numerical 47

146 Section VI. Client s Requirements Underground Armoured cable 240 sqmm CU Item Number Specification UNIT Client Requirement 1 Rated Voltage kv 30 2 Maximum operating Voltage kv 36 3 Manufacturer Standard Referred. IEC 60502, 60228, 60229, 60811, Ground Temperature C 25 6 Maximum conductor temperature C 90 7 Conductor : a) Material Copper b) Nominal diameter of conductor mm 19 c) Shape of Conductor Compacted, round and stranded conductor 8 Insulation : a) Material. XLPE b) Nominal Thickness mm Insulation Screen: a) Minimum thickness mm 0.3 b) Method of application Tripple Extrusion method 10 Armouring : a) Material aluminium b) Nominal Dia. of armour wires mm Outer sheath: a) Material PVC, ST2 or PE ST7 b) Nom. Thickness of sheath mm 2.3 c) Approximate Overall diameter of Cable mm 46 d) Approx. Weight Kg/k 2000 m 12 Electrical properties : a) Maximum. D.C. resistance of Conductor at Ω/km C b) Rated Frequency Hz 50 c) Rated short time withstand current(1seconds) ka 32.9 Supplier indication 48

147 Section VI. Client s Requirements 49 Item Number Specification UNIT Client Requirement d) Current when Cables are laid in ground at A C temp. Supplier indication 49

148 Section VI. Client s Requirements Line post insulators 30KV N o Description Unity Client Requirement Supplierindication 1 Country of origin (*) 2 Applicable standards (IEC 60720, IEC 60383,) 3 Rated voltage kv 30 4 Frequency Hz 50 5 Power frequency withstand voltage, 1mn wet kv 70 6 Rated lightning impulse withstand voltage kv Material Polymer 8 Creepage distance (mm) Breaking load (kn) Conducator diameter range ( diamètre du conducteur ) 11 Dimensions and mounting drawings(yes/no) mm yes (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 50

149 Section VI. Client s Requirements Polymeric Strain Insulators (30kV, 70kN) N o Description Unit Client Requirement Supplier indication 1 Country of origin (*) Manufacturer (*) Reference Standard IEC Operating voltage kv Highest System Voltage kv Material Silicone Rubber Number of Weather Sheds Dry Arc distance mm Power frequency withstand voltage, 1mn wet 10 Rated lightning impulse withstand voltage 11 Minimum Creepage distance 12 Mechanical Characteristics minimum failing load 13 Dimensions and mounting drawings(yes/no) kv kv mm kn Yes / No Yes 14 Type of Packing Wooden Box or metallic (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE: Bidder Signature

150 Section VI. Client s Requirements kV Surge Arrestors N Description Unit Client Requirement Supplierindication 1 Reference standards ANSI C62-11/ IEC Nominal Voltage kv Rated Voltage kv 36 4 Continuous operating voltage kv Nominal discharge ka current(8/20) 6 Residualvoltageat10 ka kv Leakage Current Through Complete Arrester At Rated 8 House material porcelain or Silicone Creepage distance of housing mm Power frequency with stand voltage of housing 11 Impulse with stand voltage of housing kv kv Matter of Terminals Bronze Capacity of connection mm² 34.4 to terminals 14 Disconnector Yes / No NEMA mounting bracket Type B (C37.42) Dimensions and mounting drawing Yes Type tests Yes.... (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. DATE:... Bidder Signature 52

151 Fused Cut-outs 30kV N Description Unity Requirement Supplier indication 1 Reference standards IEC Rated voltage (kv ) 20/34.5or 36 3 Frequency Hz 50 4 Rated continuous current of base A Rated symmetrical interrupting current ka 5 6 Base(socle) material Porcelain or Silicone 7 Fuse holder material high-strength glass 8 Creepage distance of insulator (mm) Power frequency with stand voltage - to earth, between poles - isolating distance (kv) Rated lightning impulse with stand voltage - to earth, between poles - isolating distance (kv) Terminals material Bronze 12 Capacity of connection terminals mm² For 34.4to NEMA mounting bracket Type B (C37.42) 14 Dimensions and mounting drawing Yes 15 Typetests Yes (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. Note: Only one Manufacturer per item is to be specified DATE :... Bidder Signature

152 Section VI. Works Requirements LED Lamps N Description Unity Requirement Supplier indication 1 Reference *** 2 Manufacturer *** 3 Country of origin *** 4 Power w 60 5 Type Outdoor 6 Input voltage 7 Power factor 0,9 8 Junction temperature o C Total Consumption w Number of Sources *** 11 LED Output Lm/W Lifespan h IRC RA >80 14 Color temperature K Luminous flux Lm V 220/240 V Hz 16 Environment temperature C / IP Protection C IP Optic Tempered Shaded glass 19 Housing Totally water 20 Viewing Angle proof Cast 3.5 x height of pole 21 Recommended Height m 9 22 Protection safety class 1 23 Wind resistance Km/h

153 Section VI. Works Requirements Fixation Yes / No Cross arm Diameter 60 mm maximum Stainless screw 8 mm (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. Note: Only one Manufacturer per item is to be specified DATE :... Bidder Signature 55

154 Section VI. Works Requirements Transformer compact substation Materials to be used must be first class quality, original, new and never used before. All equipment will be compatible with specification of IEC. 1. KIOSK Outer metal case of the KIOSK will be 2mm and manufactured pre-galvanized sheet for protection from corrosion, and electrostatic surface will be painted with powder paint RAL To ensure strength, twisted-pair doors will be manufactured. KIOSK will be divided into 3 parts as MV Compartment, Transformer compartment and LV Compartment. Each compartment will have its own 3-point lockable door. A Distribution Transformer 400Kva, 30/0.4kV shall be integrated in the substation and the height of the KIOSK Base will depend on the transformer size and other equipment. 2. Protection Class - Protection Class of MV and LV compartments: IP 55 - Protection class of transformer compartment: IP Ventilation In order to ensure natural ventilation, sufficient number of louvers will be opened. Filtering will be implemented to prevent dust entering. 2 thermostatic and high flow rated fans will be mounted, which will operate in the case of excessive rise of the temperature, to protect the system. 4. Lighting Automatic self-lighting system to each compartment will be installed. 5. Isolation Pre-galvanized product sheet will be mounted as inner surface of KIOSK for isolation. Also for isolation, high quality isolation material will be added between inner and outer sheets of KIOSK. This application will be implemented on the whole case surface of the KIOSK. 6. Cabling Connection between transformer and RMU will be preferred suitable to size of transformer rating. Connection between transformer and LV Panel will be preferred suitable to supplied max.current.(each Phase). Transformer and RMU will be done with compatible cable terminal caps. Cables in the KIOSK will be inside of cable tray. 7. Grounding Grounding of the KIOSK will be implemented with copper bus-bar, grounding of RMU, transformer and LV Panel will be implemented properly. 56

155 Section VI. Works Requirements Humidity Humidity sensation device and humidity prevention device that will be chosen according to volume of KIOSK will be mounted to avoid moisture in the KIOSK. 57

156 Section VI. Works Requirements Concrete pole 9m, 250DaN No Description REG INDICATIONS SUPPLIER OFFER Pole Length 9 m 1 Manufacturer * Country of origin * Applicable standards * Type of Material Steel reinforced concrete Shape of poles Circular Design Force 250 DaN Min. Diam. at the top of * the pole Min. Diam. at the butt * end of the pole Average weight * Min. thickness 40 mm Method of marking By engraving or other indelible method: REG 250 DaN 6 Drilling of Holes * Pole cap and shape To be specified by the bidder- (*) should be indicated by the bidder. (1) This form is to be completed by the bidder and returned with the technical offer. Note: Only one Manufacturer per item is to be specified DATE :... Bidder Signature 58

157 Section VI. Works Requirements Optical ground wire Technical data sheet for OPGW 97-AL3/48-A20SA,24 G.652D Po s Description Unit Value Required Value Offered 1 Name of manufacturer Required 2 Country of manufacturer Required 3 Type OPGW 97- AL3/48- A20SA 4 Standards IEC or EN Complete cable 5.1 Number of aluminium-clad steel wires n Number of aluminium alloy wires n Number of optical tubes n Overall cable diameter mm Nominal cross section (AA+ACS) mm Section area AL3 mm Section area ACS (A20SA) mm Nominal cross section (steel tube) mm Nominal breaking load KN Nominal operating load dan Maximum exceptional load (40% NBL) KN Maximum DC resistance at 20 C Ohm/k m

158 Section VI. Works Requirements 60 Technical data sheet for OPGW 97-AL3/48-A20SA,24 G.652D Po s Description Unit Value Required Value Offered Total weight of cable Kg/km Weight of Aluminium-clad steel Kg/km Weight of Aluminium alloy Kg/km Weight of optical tube Kg/km Final Modulus of elasticity Thermal elongation coefficient kn/mm 2 99 [1/K*E Maximum bending radius during installation mm Lay ratio xd 12± Direction of lay - Z Right Short circuit admissible current (1s/0.3s) ka 15.4/ Short circuit current capacity ka 2 s Minimum operating temperature C Maximum operating temperature C 90 60

159 Section VI. Works Requirements 61 Technical data sheet for OPGW 97-AL3/48-A20SA,24 G.652D Po s Description Unit Value Required Value Offered 6 OPTICAL FIBERS 6.1 Type of fibers - Single Mode 6.2 Dimensions and geometry of fibers - ITU-T G652D Number of fibers No. 24 Rated mode field diameter 1310nm µm 9.2± nm µm error % ±10 Attenuation coefficient at 1310nm db/km at 1550nm db/km Chromatic Dispersion at 1310nm at 1550nm рs/nm.k m рs/nm.k m Rated cladding diameter μm 125 ±2% 6.7 Protective enclosure of fibers steel tube 6.8 Thickness of tube mm Diameter of tube mm Maximum allowable temperature at 61 0 C 90

160 Section VI. Works Requirements 62 Technical data sheet for OPGW 97-AL3/48-A20SA,24 G.652D Po s Description Unit Value Required Value Offered 0 the fiber 7 OPGW DRUM 7.1 Standard DIN Material wood 7.3 Conductor length at drum m Diameter of flange mm Diameter of barrel mm Overall drum width mm Radius of driver bore mm 80 Weight of drum 7.9 without OPGW with OPGW kg kg To be provided by manufacturer 8 SPLICE/JOINT BOXES 8.1 Manufacturer 8.2 Country and place of Manufacturer 8.3 Type Designation 8.4 Year of first commercial operation 8.5 Applicable Standards type 8.6 Method of sealing against intrusion of hydrogen IP67 62

161 Section VI. Works Requirements 63 Technical data sheet for OPGW 97-AL3/48-A20SA,24 G.652D Po s Description Unit Value Required Value Offered 8.7 Filling of desiccant yes/no 8.8 Desiccant material Silica gel 8.9 Amount of one desiccant filling gr Size (HxWxD) mm Required Metal hook joint protection type IP 67 Qty/set End distribution panel fully equiped Qty/set Electrical connection fittings inn and outdoor set 1 63

162 Section VI. Works Requirements Wood Pole code S190 (9m) N Description Unit Client Requirement Supplierindicatio n 1 Manufacture (*) 2 Country of origin (*) 3 Applicable standards (RS EAS 166) 4 Minimum diameter Minimum of the top end diameter (cm) at Available 1m from the load butt DaN ( Effort disponible ) F Permanent 400 (dan) DaN deformityload (Effort de Ultimate déformation load at DaN m from the top 12 Ultimate bending DaN 53.8MPa 13 Species stress of (dan) timber- Eucalyptus 15 Botanical Preservative name type and Copper Sulfate -Heavy Creosote / CCA 16 Method of Pressure 17 Fiber stress 55 MPa N/mm² 41N/mm² 18 Modulus of elasticity N/mm² 10.48N/mm² 19 Average moisture % 28% 20 Maximum content moisture content of the % 30% 21 Maximum slop of 1 in 6 22 Duration grain of 6 seasoning (months) 23 Weight kg

163 Section VI. Works Requirements Environmental and social requirements for tendering 4.1. Environmental requirements ACTIVITIES PHASE ACTIVITIES PRE- 1.Site preparation and CONSTRUCTION bush clearing. PHASE 2. Provision of staff & guest equipment REQUIREMENTS a. Plant trees after site clearing where applicable b. Create trails and other sites where applicable a. Equip all site workers with Individual protective equipment b. Reserve few equipment for guests 3. Provision of potable water and sanitation Equipment 1. Waste management system(on site) a. Avail clean water for workers on site b. Mobile toilets on site for workers where needed and applicable a. Sorting and packing waste by category b.minimise free disposal of unused material CONSTRUCTION PHASE c. Locate waste sites far from water sources d. Dispose of all wastes in environmental friendly manners e. The contractor will ensure that the debris/wastes are collected in a designated position at the site and transported to properly gazetted places not to cause any harm to neighbours or any downstream receivers. 2. Dust, noise& impede access a. Spray water before excavation and timely on the access roads b. Inform communities of work in advance; 65

164 Section VI. Works Requirements 66 c. Consult custodians of facilities (monasteries, nunneries, schools, clinics, etc.). d. Avoid working at sensitive and religious times and reduce vehicle speed in working area e. Put sign posts such as: men at work, slow down 3. Select specific site for car settling a. Choose an appropriate site for car maintenance b. Avoid of oil disposal and spillage on soil 4. State of used cars and trucks a. In order to gas emissions, the contractor shall maintain strict authorization of trucks in good conditions with certification from the Centre de Contrôle Technique Automobile. POST- 1.Borrow pits rehabilitation CONSTRUCTION after exploitation PHASE 2.Restoration of damaged components a. Apply erosion& run-off control techniques b. Restore or back fill all open pits a. Tree planting on site b. Dispose of hard waste and restore the site possibly as found 66

165 Section VI. Works Requirements Social requirements ACTIVITIES PHASE ACTIVITIES REQUIREMENTS PRE- CONSTRUCTION PHASE 1. With collaboration with local authorities, raise the awareness of the community on the importance of the project, the issue of Aids pandemic should be addressed as well as other dangers which are associated with the project 2. Local people should be meaningfully consulted and should have opportunities to participate in planning and implementing of the programs before construction Hold meetings during community activities, radio coverage to inform on the activities that are going to take place Through meetings with local leaders and community members. 3. A comprehensive census of project- Affected people has to be carried out before the construction begins. a. The numbering of all residential structures in the affected communities b. The inventory of all structures, including their measurement and description c. The inventory of all 67

166 Section VI. Works Requirements Involuntary resettlement should be avoided wherever possible, or minimized fields cultivated in the project area including their measurements, description of standing crops if any. d. Identification of stakeholders(owners, tenants, sharecroppers as appropriate e. The identification of disabled and sick people, child headed and women headed households who may be categorized as vulnerable. Suggest other alternatives to involuntary resettlement CONSTRUCTION PHASE FOR ALL PHASES 1. Employ as many local people in that community, child labor should be avoided at all stages of construction Medical insurance Use unskilled labor and skilled labor where applicable Ensure that all workers have medical insurance such as Mutuelle de santé, RAMA or any other recognized medical insurance POST- CONSTRUCTION PHASE 1. All disputes caused by the project employees/activities should be settled before leaving. Repayment of the damaged properties caused by project machines or project activities 68

167 . 5. Drawings 5.1 Rubavu proposed MV Line to be upgraded

168 5.2 Single line Diagram of the Proposed Network upgrade.

169 . PART 3 CONDITIONS OF CONTRACT AND CONTRACT FORMS

170 . DRAFT CONTRACT CONTRACT N o : SUBJECT: Design, supply and installation of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV Tender reference N o : Contractor : Procuring entity : ENERGY DEVELOPMENT CORPORATION LIMITED (EDCL) Kigali City Tower, Avenue du Commerce, Nyarugenge District P.O. Box 3855 KIGALI, RWANDA Tel: Contract Amount :. Contract duration : Number of original : 4 (Four) Copies Effectiveness of Contract :..

171 . Contract Agreement This CONTRACT hereinafter referred to as the Contract is entered into by and between Energy Development Corporation Limited (EDCL) represented by Director of EDCL (Hereinafter referred to as the Procuring Entity, The Managing And.,... incorporated in (Country) TUNISIA under the Registry number Represented by..the Director General of.., ID/PC N.., issued at, the of the company Hereinafter referred to as the Contractor WHEREAS: I. The Procuring Entity is desirous to procure the works Design, supply and installation of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV, tender reference No:. as specified in the General Conditions of Contract attached to this Contract and has tendered the works through an open international tender; II. The Procuring Entity has accepted the bid of the Contractor for the execution and completion of such works through an appropriate tender process. III. The Contractor having demonstrated to the Procuring Entity that it has the required capacity, has agreed, under the terms and conditions of payments to be made by the Procuring Entity to the Contractor, as hereinafter mentioned, to execute and complete the works and remedy any defects therein in conformity in all respects with the provisions of the Contract. IV. The Procuring Entity has received funds from the Belgium Kingdom, hereinafter called the ( Funding Institution ) towards the cost of the works and intends to apply a portion of the proceeds of these funds to payments under this Contract;

172 . V. The Procuring Entity hereby convenes to pay the Contractor in consideration of the execution and completion of the works and the remedying of defects wherein the contract price amounting to. NOW THEREFORE, THIS AGREEMENT IS ENTERED INTO AS FOLLOWS: 1. The object of the contract is the Design, supply and installation of Electrical equipment to upgrade Rubavu Network from 6.6kV to 30kV; No as specified in this contract. 2. The following documents shall constitute the contract between the Procuring Entity and the Contractor, and each shall be read and construed as an integral part of the contract: a. Contract Agreement, b. Letter of Acceptance, c. The Particular Conditions Part A, d. The Particular Conditions Part B e. General Conditions of Contract, f. The Tender, g. Specifications, h. Drawings, i. Bill of Quantities, 1 j. Bill of prices, and k. The Schedules, l. The time programme and its amendments as agreed by the engineer and the contractor and approved by the Procuring entity, m. Contractor s Bid, 1 In lump sum contracts, delete Bill of Quantities and replace with Activity Schedule.

173 . n. Any other document listed in the SCC as forming part of the Contract. 3. This contract shall prevail over all other contract documents. The documents forming the Contract are to be taken as mutually explanatory of one another. In the event of any discrepancy or inconsistency within the contract documents, then the documents shall prevail in the order listed above 4. If an ambiguity or discrepancy is stated in the documents, the Engineer shall issue any necessary clarification or instruction. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of the Republic of RWANDA on the day, month and year indicated above. Signed, Sealed, and Delivered on this... (DATE) For and on behalf of the Procuring Entity For and on behalf of the Contractor Signature Signature Names:. Names: Title: Managing Director Title: the Director General of

174 PART 3 Conditions of Contract and Contract Forms.

175 . Table of contents Table of Forms General Scope of the works Environmental Data Basic Design Data Deviation from Specification Approval of Drawings Equipment Inspection and Testing Test Certificates Commissioning Tests Safety Precautions General Data: Site Health And Safety Management Plan Arrangements for controlling significant site risks Health and safety file Environmental Protection Quality Assurance Marking of Equipment Standards and specifications Specification Abbreviation Standards and Specifications Technical data specification kv switchgear Low voltage distribution board

176 Distribution transformers Steel Poles (12m) 2000 DaN Steel Pole 14m, 2000 dan Conductor ACSR 120/ Twisted cable 3x mm² Aluminium Underground Armoured cable 240 sqmm CU Line post insulators 30KV Polymeric Strain Insulators (30kV, 70kN) kV Surge Arrestors Fused Cut-outs 30kV LED Lamps Transformer compact substation Concrete pole 9m, 250DaN Optical ground wire Wood Pole code S190 (9m) Environmental and social requirements for tendering Environmental requirements Social requirements Drawings Rubavu proposed MV Line to be upgraded Single line Diagram of the Proposed Network upgrade PART 3 Conditions of Contract and Contract Forms... 71

177 . CONTRACT Name of the Client:... And Name of the Contractor... Contract number:. Contract amount and currency: Contract duration:.. Date of contract:..

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

Construction of MLD Water Treatment Plant at Taba LAP

Construction of MLD Water Treatment Plant at Taba LAP ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENTS THIMPHU THROMDE BIDDING DOCUMENTS FOR SECOUND BHUTAN URBAN DEVELOPMENT PROJECT PACKAGE-VII Construction of 10.00 MLD Water Treatment Plant

More information

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District The United Nations Development Program UNDP i West Bank and Gaza Avian Influenza Prevention and Control Project (AIPCP) Bidding Documents for Procurement of: Construction of Ramallah Central Veterinary

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank Washington, D.C. May 2006 revised March and April 2007, May 2010, August 2010 ii August 2010 Revision

More information

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate i Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate NEPAL-INDIA ELECTRICITY TRANSMISSION AND TRADE PROJECT Bidding Document For Procurement of Plant Design, Supply

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM Telephone: +254-0709932000 Email: procurement@ntsa.go.ke Website: www.ntsa.go.ke Hill Park Plaza 5 th Floor P.O. Box 3602-00506 Nairobi, Kenya NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR.5140

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17 i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY

More information

4. A bid Security of US $1, must be submitted along with the bid.

4. A bid Security of US $1, must be submitted along with the bid. i Invitation for Bids (IFB) Cooperative Republic of Guyana Tender Specification Number GPL - PI - 018-2014 Engineering, Procurement and Construction of a water treatment system at Vreed-en-Hoop 1. The

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

MASTER PROCUREMENT DOCUMENTS

MASTER PROCUREMENT DOCUMENTS MASTER PROCUREMENT DOCUMENTS Master Document for Procurement of Plant Design, Supply, and Installation This Master Document has been prepared through the joint efforts of the Multilateral Development Banks

More information

BIDDING DOCUMENT. For

BIDDING DOCUMENT. For i BIDDING DOCUMENT For Revamping of Old Campus Network: replacement of Core Switches Cisco 4500-X and 6500-X Procurement Number: AUC/AHRM/MIS/G/74/2018 Date: June, 2018 ii Table of Contents PART 1 Bidding

More information

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East) BIDDING DOCUMENT For Procurement of Plant Design, Supply and Installation of Ashuganj 400 MW Combined Cycle Power Plant Project (East) Two Stage Bidding Procedure Volume 1 of 3 Invitation Reference No.:

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS

More information

Master Bidding Documents Procurement of Goods and User s Guide

Master Bidding Documents Procurement of Goods and User s Guide Master Bidding Documents Procurement of Goods and User s Guide This Master Bidding Document for Procurement of Goods and User s Guide have been prepared through the joint efforts of the Multilateral Development

More information

Procurement of Goods

Procurement of Goods Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The World Bank March

More information

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The Inter-American Development Bank August 2006 Revisions Version Modification Reason January 2000 First publication First publication

More information

MILLENNIUM CHALLENGE GEORGIA FUND

MILLENNIUM CHALLENGE GEORGIA FUND MILLENNIUM CHALLENGE GEORGIA FUND Samtskhe-Javakheti Roads Rehabilitation Project CONTRACT No. SJRRP/CW/08 BIDDING DOCUMENT VOLUME I Issued on: 8 January, 2010 Employer: Millennium Challenge Georgia Fund

More information

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION i REPUBLIC OF LIBERIA NATIONAL ELECTIONS COMMISSION International Competitive Bidding BID DOCUMENT For the Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION IFBNo.NEC/SSE/ICB/001/2013/2014

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity

More information

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials STANDARD BIDDING DOCUMENTS Procurement of Textbooks and Reading Materials The World Bank May 2004 This Bidding Document and its companion Technical Note are to assist borrowers and Bank staff working on

More information

Information and Communication Technology Agency of Sri Lanka

Information and Communication Technology Agency of Sri Lanka Information and Communication Technology Agency of Sri Lanka BIDDING DOCUMENT Procurement of Supply, Delivery and Installation of Cluster Expandability for Critical Needs of Lanka Government Cloud - 1

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS GOODS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF GOODS Japan International Cooperation Agency (JICA) May 2013 Version 1.1 i Preface These Standard Bidding Documents for Procurement

More information

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU Construction of Retaining Wall at RBA, Phuentsholing Bidding Document November 2013 Section I: Instruction to Bidders (ITB Table of Contents Section I.

More information

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE Telephone: +254-0709932000 Email: procurement@ntsa.go.ke Website: www.ntsa.go.ke Hill Park Plaza 5 th Floor P.O. Box 3602-00506 Nairobi, Kenya KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-023-2017 TENDER FOR DESIGN, MANUFACTURE, FACTORY TRAINING AND TESTING, DELIVERY, SUPERVISION OF ASSEMBLY, INSTALLATION, TESTING AND COMMISSIONING OF

More information

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WDF/SS/T/113/2016/2017 PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA

More information

RFB NO.: KE-DASAR GO-RFQ

RFB NO.: KE-DASAR GO-RFQ REPUBLIC OF KENYA THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS (DASAR) KENYA DEVELOPMENT RESPONSE TO DISPLACEMENT IMPACTS PROJECT (KDRDIP) BID

More information

Issued in 28 th March, 2018

Issued in 28 th March, 2018 i REPUBLIC OF KENYA THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS (DASAR) KENYA DEVELOPMENT RESPONSE TO DISPLACEMENT IMPACTS PROJECT (KDRDIP)

More information

Provision of Janitorial & Related Services

Provision of Janitorial & Related Services i B I D D I N G D O C U M E N T S Issued on: 07 July 2018 for Provision of Janitorial & Related Services Ref No: RFP# 2018-11-01-02 Procuring Entity: Bank of Jamaica ii Table of Contents Part I Bidding

More information

Invitation to Bid (ITB)

Invitation to Bid (ITB) REPÚBLICA DEMOCRÁTICA DE TIMOR-LESTE SEKRETARIADO TEKNIKO DE APPROVISIONAMENTO CABINETE VICE PRIMEIRO MINISTRO CORDENADOR DOS ASSUNTOS DE GESTAUN DA ADMINISTRASAUN DO ESTADO Palácio do Governo, Dili Timor

More information

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate MARSYANGDI CORRIDOR 220 KV TRANSMISSION LINE PROJECT BIDDING DOCUMENT FOR Procurement of Plant Design,

More information

B i d d i n g D o c u m e n t. f or

B i d d i n g D o c u m e n t. f or NEPAD PLANNING AND COORDINATING AGENCY B i d d i n g D o c u m e n t f or T e n d e r F o r t h e P r o v i s i o n O f V i r t u a l D a t a C e n t r e S e r v i c e s F o r N E P A D P l a n n i n g

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF

More information

Issued on: 28 th November 2017 Tender Closing date: 9 th January 2018 Time: a.m. Local time

Issued on: 28 th November 2017 Tender Closing date: 9 th January 2018 Time: a.m. Local time i Procurement of Super of Cereal plus Corn Soya Blend ICB No: KEMSA/KHSSP-ONT-01/2017-2018 Project: HEALTH SECTOR SUPPORT PROJECT (HSSP) CREDIT No. 4771-KE Project ID No. P074091 Purchaser: KENYA MEDICAL

More information

Procurement of Goods by Open Tender

Procurement of Goods by Open Tender A F R I C A N U N I O N S t a n d a r d B i d d i n g D o c u m e n t Procurement of Goods by Open Tender AFRICAN COURT ON HUMAN AND PEOPLES RIGHTS PROVISION AND INSTALLATION OF INTERPRETATION EQUIPMENT

More information

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/ MOMBASA Beach Hotel NGULIA Safari Lodge VOI Safari Lodge KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/2017-2018 KENYA

More information

GOVERNMENT OF ODISHA

GOVERNMENT OF ODISHA GOVERNMENT OF ODISHA BIDDING DOCUMENT For PROCUREMENT OF WORKS Local Competitive Bidding Name of Project: Name of work: Issued on: Invitation for Bids No.: Bid No.: Date of sale of Bid document Bid documents

More information

KGN-SEC TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA

KGN-SEC TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-SEC-01-2017 TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA (RESERVED FOR YOUTH FIRMS REGISTERED

More information

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161 AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION OPEN COMPETITION

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF

More information

Standard Tender Documents Procurement of Works. User Guide

Standard Tender Documents Procurement of Works. User Guide Standard Tender Documents Procurement of Works User Guide November 2017 Standard Tender Document: Procurement of Works - User Guide Standard Tender Documents Procurement of Works User Guide TABLE OF CONTENTS

More information

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS. REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS. TENDER NO. TCG/F&P/5/2017-2018 SEPTEMBER 2017 TABLE OF CONTENTS

More information

Standard Bidding Document (SBD) For Procurement of Goods and Related Services For International Competitive Biddings (ICB)

Standard Bidding Document (SBD) For Procurement of Goods and Related Services For International Competitive Biddings (ICB) ETHIOPIAN FRUIT AND VEGETABLE MARKETING SHARE COMPANY ETFRUIT Standard Bidding Document (SBD) For Procurement of Goods and Related Services For International Competitive Biddings (ICB) Subject of Procurement

More information

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT PROPOSED CIVIL SERVANTS HOUSING SCHEME AT EMBU TOWN, EMBU COUNTY

More information

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT FORM OF BID APPENDIX TO FORM OF BID FORM OF BID SECURITY INSTRUCTIONS

More information

Procurement of Health Sector Goods

Procurement of Health Sector Goods STANDARD TENDER DOCUMENTS Procurement of Health Sector Goods (Pharmaceuticals, Vaccines, and Condoms) Public Procurement Board Accra, Ghana March 2004 INTRODUCTION AND INSTRUCTIONS These Standard Tender

More information

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders

More information

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES COUNTY GOVERNMENT OF NYERI DEPARTMENT OF INFRASTRUCTURE DEVELOPMENT PROPOSED CONSTRUCTION OF GUMBA GICHAGI FOOTBRIDGE IN RUGI WARD CGN/INF/62/16-17 BILLS OF QUANTITIES ISSUED BY: COUNTY WORKS OFFICER COUNTY

More information

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS TENDER NO: JUD/135/2014-2015 1 AIR CONDITIONING WORKS

More information

MINISTRY OF HEALTH & FAMILY WELFARE Department of AIDS Control National AIDS Control Organization. National HIV/AIDS Control Programme BID DOCUMENT

MINISTRY OF HEALTH & FAMILY WELFARE Department of AIDS Control National AIDS Control Organization. National HIV/AIDS Control Programme BID DOCUMENT MINISTRY OF HEALTH & FAMILY WELFARE Department of AIDS Control National AIDS Control Organization National HIV/AIDS Control Programme INTERNATIONAL COMPETITIVE BIDDING BID DOCUMENT For PROCUREMENT OF EVACUATED

More information

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t A F R I C A N U N I O N S t a n d a r d Biddinging D o c u m e n t Procurement of Goods by Open Tender African Union Mission in Somalia The Supply and Delivery of: Procurement Number: Lot 1: 01f/AMISOM/Admin/milit./Gd/13

More information

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU COUNTY GOVERNMENT OF KIAMBU DIRECTORATE OF PUBLIC WORKS PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU AT TENDER NO. KCG/YASC/STADIUM/001/2015/2016 TENDER DOCUMENTS ISSUED BY: PREPARED/CHECKED

More information

(International Competitive Bidding)

(International Competitive Bidding) ODISHA POWER TRANSMISSION CORPORATION LIMITED (A Govt. Of Odisha Undertaking) Regd. Office, Janpath, Bhubaneswar -751022 Website of OPTCL www.optcl.co.in (International Competitive Bidding) BIDDING DOCUMENTS

More information

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS PROPOSED HEADQUARTES FOR NYANDARUA COUNTY AT OL-KALAU W.P. ITEM NO. D103/CE/NYA/

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU COUNTY GOVERNMENT OF KIAMBU DIRECTORATE OF PUBLIC WORKS PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU AT TENDER NO. KCG/YASC/STADIUM/005/2015/2016 TENDER DOCUMENTS ISSUED BY: PREPARED/CHECKED

More information

BIDDING DOCUMENTS Issued on: 25 th January, 2010

BIDDING DOCUMENTS Issued on: 25 th January, 2010 BIDDING DOCUMENTS Issued on: 25 th January, 2010 International Competitive Bidding for Procurement of Scientific Equipments ICB No: QR-002/NAIP/ICRISAT/ICB-1 Project: National Agricultural Innovation Project

More information

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) International Competitive Bidding (ICB)

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) International Competitive Bidding (ICB) NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Distribution and Consumer Services Directorate Bidding Document for Supply and Delivery of Distribution Transformers International Competitive

More information

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT National Institute of Technology, Raipur TEQIP Cell contact No. 07712254200 BID REFERENCE NO: TEQIP-III/nitr/26 NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT UNDER TECHNICAL EDUCATION QUALITY

More information

ASSAM ELECTRICITY GRID CORPORATION LIMITED

ASSAM ELECTRICITY GRID CORPORATION LIMITED BIDDING DOCUMENT FOR Supply of POWER LINE CARRIER COMMUNICATION Equipment & Related Services for Various Substations of AEGCL in Assam under PSDF (PACKAGE-A) ASSAM ELECTRICITY GRID CORPORATION LIMITED

More information

RfE Package No: EESL/05/ /EMPANELMENT/ Dated

RfE Package No: EESL/05/ /EMPANELMENT/ Dated SECTION I INSTRUCTIONS TO RESPONDENT UNDERTAKING ENERGY EFFICIENCY (EE)/ENERGY CONSERVATION (EC) PROJECTS, RELATED ACTIVITIES WITH EESL. RfE Package No: EESL/05/2013-14/EMPANELMENT/ Dated 17.05.2013 Energy

More information

Equip_Comp_Desktops Inst_Level_Revised

Equip_Comp_Desktops Inst_Level_Revised Bid Document Equip_Comp_Desktops Inst_Level_Revised E-1 1 NCB The National Institute of Engineering Manandavadi Road, Mysore-570 008 TEQIP Cell contact No. 0821-2480475 Fax No. 0821-2485802 BID REFERENCE

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENT NATIONAL COMPETITIVE BIDDING (NCB) FOR

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENT NATIONAL COMPETITIVE BIDDING (NCB) FOR INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENT NATIONAL COMPETITIVE BIDDING (NCB) FOR Digitization of Land Records of Land Registries (Western Province and Southern Province)

More information

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY TENDER DOCUMENTS (Main Works) W.P ITEM NO. D111/RV/BOT/1501 JOB NO.10053A

More information

TENDER NO KRC/2017/321

TENDER NO KRC/2017/321 TENDER NO KRC/2017/321 PROPOSED CLEANING OF MOSAIC TILES AND GLASS WINDOWS AT ANNIVERSARY TOWERS, KENYA RE TOWERS (UPPER-HILL) AND RE-INSURANCE PLAZA (NAIROBI AND KISUMU) Quantity Surveyor: BUILDNETT CONSULTANTS

More information

Employer: Nepal Electricity Authority

Employer: Nepal Electricity Authority Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate Grid Development Department New Modi- Lekhnath 132 KV Transmission Line Project Bidding Document for Package ML1:

More information

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY.

MACHAKOS UNIVERSITY. ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY. MACHAKOS UNIVERSITY ISO 9001:2008 Certified PROPOSED TUITION AND OFFICE BLOCK AT MACHAKOS UNIVERSITY, MACHAKOS COUNTY. TENDER NO: MksU/W/03/2017/2018 TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, TESTING

More information

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT

More information

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT TEQIP II CELL COLLEGE OF ENGINEERING AND TECHNOLOGY Techno Campus, P.O.-Ghatikia,Bhubaneswar 751 003 FAX: 0674-2386182; E-mail: principalcet@cet.edu.in; Website: www.cet.edu.in Telephone: 0674-2386075

More information

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS Supply and Installation of Plant and Equipment May 2007 This edition includes a number of amendments as summarised in the following table.

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REPÚBLICA DEMOCRÁTICA DE TIMOR-LESTE COMISSAO NACIONAL DE APROVISIONAMENTO Rua dos Direitos Humanos, Dili, Timor Leste REQUEST FOR PROPOSALS CONSULTING SERVICES FOR CONSTRUCTION SUPERVISION FOR THE UPGRADING

More information

BID DOCUMENT FOR CONSTRUCTION OF GUMBA BOX CULVERT IN MATHARE 4A IN UTALII WARD. TENDER No. NCC/RPW&T/WDF/T/128/

BID DOCUMENT FOR CONSTRUCTION OF GUMBA BOX CULVERT IN MATHARE 4A IN UTALII WARD. TENDER No. NCC/RPW&T/WDF/T/128/ NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR BID DOCUMENT FOR CONSTRUCTION OF GUMBA BOX CULVERT IN MATHARE 4A IN UTALII WARD TENDER No. NCC/RPW&T/WDF/T/28/206-207 Chief Officer-Roads, Public

More information

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 The Bidding Documents for

More information

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENT (SBD) STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with

More information

NEPAL DOORSANCHAR COMPANY LIMITED (Nepal Telecom) (Wireless Service Directorate) BIDDING DOCUMENT. for PROCUREMENT OF

NEPAL DOORSANCHAR COMPANY LIMITED (Nepal Telecom) (Wireless Service Directorate) BIDDING DOCUMENT. for PROCUREMENT OF NEPAL DOORSANCHAR COMPANY LIMITED (Nepal Telecom) (Wireless Service Directorate) BIDDING DOCUMENT for PROCUREMENT OF Tower Foundation, Supply, Delivery, Erection and Installation of 20 m, 25 m and 30 m

More information

COUNTY GOVERNMENT OF KAJIADO

COUNTY GOVERNMENT OF KAJIADO IMPROVEMENT OF KUMBE ROAD COUNTY GOVERNMENT OF KAJIADO TENDER NO: FOR TENDER NAME: DRILLING AND EQUIPING OF EITI PRIMARY SCHOOL BOREHOLE (KEEKONYOKIE WARD)-2017/18 FEBRUARY, 2018 COUNTY GOVERNMENT OF KAJIADO

More information

Development of ICT Infrastructure in HPPWD and HPRIDC

Development of ICT Infrastructure in HPPWD and HPRIDC BIDDING DOCUMENT (SINGLE-STAGE) Issued on: 28 th December, 2016 Procurement of Contract For Development of ICT Infrastructure in HPPWD and HPRIDC IFB No: PW/SRP/RIDC/HP/ICT/ICB-3 HP State Road Project

More information

INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION IV GENERAL CONDITIONS PARTICULAR CONDITIONS

INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION IV GENERAL CONDITIONS PARTICULAR CONDITIONS CONTENTS VOLUME 1 BIDDING DOCUMENT INVITATION FOR BIDS SECTION 1 SECTION II INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION III BIDDING FORMS SECTION IV GENERAL CONDITIONS SECTION

More information

REPUBLIC OF KENYA MINISTRY OF ENERGY AND PETROLEUM NYAYO HOUSE P. O. BOX NAIROBI

REPUBLIC OF KENYA MINISTRY OF ENERGY AND PETROLEUM NYAYO HOUSE P. O. BOX NAIROBI REPUBLIC OF KENYA MINISTRY OF ENERGY AND PETROLEUM NYAYO HOUSE P. O. BOX 30582 00100 NAIROBI TENDER No. MOEP/ONT/ 06 /2015-2016 FOR SUPPLY CONSTRUCTION, TESTING AND COMMISSIONING OF TWIN DIGESTERS BIOGAS

More information

GUJARAT ECOLOGY COMMISSON. BID No: SPMU/ ICZMP/ NCB /01/ IDA Credit Number: #0146-IN. August

GUJARAT ECOLOGY COMMISSON. BID No: SPMU/ ICZMP/ NCB /01/ IDA Credit Number: #0146-IN. August GUJARAT ECOLOGY COMMISSON [GOVERNMENT OF GUJARAT] GUJARAT STATE PROJECT MANAGEMENT UNIT[SPMU] INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING (NCB) PROVIDING AND FIXING

More information

Standard Request for Proposals Selection of Consultants

Standard Request for Proposals Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants Caribbean Development Bank October 2011 Foreword 1. This Standard Request for Proposals ( SRFP ) has been prepared

More information

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of Cable Network Tools and Accessories July 2014 ===========================================================================================================

More information

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

ANNEX VIII a STANDARD FORMATS AND TEMPLATES ANNEX VIII a STANDARD FORMATS AND TEMPLATES STANDARD BID EVALUATION FORMAT FOR THE PROCUREMENT OF GOODS 1 Preface 1. This standard tender evaluation format for the procurement of Goods has been prepared

More information

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan Bid Ref: JUBA/PP-SDOC/ITB-2010/057 (Re-Bid) 17th September 2010 Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

BANK OF UGANDA REQUEST FOR PROPOSALS FOR PROVISION OF CLEARING & FORWARDING SERVICES ISSUED BY:

BANK OF UGANDA REQUEST FOR PROPOSALS FOR PROVISION OF CLEARING & FORWARDING SERVICES ISSUED BY: BANK OF UGANDA REQUEST FOR PROPOSALS FOR PROVISION OF CLEARING & FORWARDING SERVICES ISSUED BY: Director Administrative Services/ Secretary Procurement & Disposal Committee Bank of Uganda P.O. Box 7120,

More information

SUPPLY AND DELIVERY OF 50,000MTS OF GYPSUM FROM GARISSA/ISINYA

SUPPLY AND DELIVERY OF 50,000MTS OF GYPSUM FROM GARISSA/ISINYA TENDER NO.EAPCC/ OT/136/2017 SUPPLY AND DELIVERY OF 50,000MTS OF GYPSUM FROM GARISSA/ISINYA SEPTEMBER 2017 CLOSING DATE SEPTEMBER 27 th, 2017 CLOSING TIME 12.00 noon 1 Contents SECTION I INVITATION TO

More information

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification

More information