Download as pdf or txt
Download as pdf or txt
You are on page 1of 577

MINISTRY OF ENERGY

SIERRA LEONE

Electricity Distribution and Supply Authority


(EDSA)
Request for Bids
Plant
Design, Supply& Installation
Procurement of
33kV Sub-transmission Lines and
33/11kV Primary Substations
(Lot 1-2)
_____________________________
RFB No: SL-EDSA-119619-CW-RFB
Project: Energy Sector Utility Reform Project Additional Financing (ESURP
AF)
Employer: Electricity Distribution and Supply Authority (EDSA)
Country: Sierra Leone
Issued on: December 2, 2019

Volume 1 of 2
1

Standard Procurement Document

Table of Contents

PART 1 – Bidding Procedures ............................................................................................... 3


Section I - Instructions to Bidders ........................................................................................ 5
Section II - Bid Data Sheet ................................................................................................. 37
Section III - Evaluation and Qualification Criteria ............................................................. 45
Section IV - Bidding Forms ................................................................................................ 67
Section V - Eligible Countries .......................................................................................... 345
Section VI - Fraud and Corruption ................................................................................... 347

PART 2 - Employer’s Requirements................................................................................. 351


Section VII - Employer’s Requirements ........................................................................... 353

PART 3 – Conditions of Contract and Contract Forms ................................................. 433


Section VIII - General Conditions of Contract ................................................................. 435
Section IX - Particular Conditions of Contract ................................................................. 535
Section X - Contract Forms .............................................................................................. 539

第 1 部分招标程序 3 第一节-投标人须知 5 第二节-投标资料


表 37 第三节-评估和资格标准 43 第四节-投标表格 65
第五节合格国家 339 第六节欺诈和腐败 341 第 2 部分雇主
要求 345 第七节-业主要求 347 第 3 部分合同条件和合同形
式 425 第八节-合同通用条款 427 第九节-合同专用条款 527
第 十 节 - 合 同 表 格 531

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
3

PART 1 – Bidding Procedures

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 5

Section I - Instructions to Bidders

Contents
A. General ............................................................................................................................. 7
1. Scope of Bid .................................................................................................................. 7
2. Source of Funds ............................................................................................................ 7
3. Fraud and Corruption .................................................................................................... 8
4. Eligible Bidders ............................................................................................................ 8
5. Eligible Plant and Installation Services ...................................................................... 11

B. Contents of Bidding Document .................................................................................... 11


6. Sections of Bidding Document .................................................................................. 11
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............................... 12
8. Amendment of Bidding Document ............................................................................. 13

C. Preparation of Bids ....................................................................................................... 13


9. Cost of Bidding ........................................................................................................... 13
10. Language of Bid .......................................................................................................... 13
11. Documents Comprising the Bid .................................................................................. 14
12. Letter of Bid and Price Schedules ............................................................................... 15
13. Alternative Bids .......................................................................................................... 15
14. Documents Establishing the Eligibility of the Plant and Installation Services ........... 15
15. Documents Establishing the Eligibility and Qualifications of the Bidder .................. 15
16. Documents Establishing the Conformity of the Plant and Installation Services ....... 16
17. Bid Prices and Discounts ............................................................................................ 16
18. Currencies of Bid and Payment .................................................................................. 19
19. Period of Validity of Bids ........................................................................................... 19
20. Bid Security ................................................................................................................ 20
21. Format and Signing of Bid .......................................................................................... 21

D. Submission and Opening of Bids ................................................................................. 22


22. Submission, Sealing and Marking of Bids .................................................................. 22

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 6

23. Deadline for Submission of Bids ................................................................................ 23


24. Late Bids ..................................................................................................................... 23
25. Withdrawal, Substitution, and Modification of Bids .................................................. 23
26. Bid Opening ................................................................................................................ 24

E. Evaluation and Comparison of Bids ........................................................................... 25


27. Confidentiality ............................................................................................................ 25
28. Clarification of Bids .................................................................................................... 26
29. Deviations, Reservations, and Omissions ................................................................... 26
30. Determination of Responsiveness .............................................................................. 26
31. Nonmaterial Nonconformities .................................................................................... 27
32. Correction of Arithmetical Errors ............................................................................... 27
33. Conversion to Single Currency ................................................................................... 28
34. Margin of Preference .................................................................................................. 28
35. Evaluation of Bids....................................................................................................... 28
36. Comparison of Bids .................................................................................................... 29
37. Abnormally Low Bids................................................................................................. 29
38. Unbalanced or Front Loaded Bids .............................................................................. 30
39. Eligibility and Qualification of the Bidder ................................................................. 30
40. Employer’s right to Accept Any Bid and to Reject Any or All Bids ......................... 31
41. Standstill Period .......................................................................................................... 31
42. Notification of Intention to Award ............................................................................. 32

F. Award of Contract ........................................................................................................ 32


43. Award Criteria ............................................................................................................ 32
44. Notification of Award ................................................................................................. 32
45. Debriefing by the Employer........................................................................................ 33
46. Signing of Contract ..................................................................................................... 34
47. Performance Security .................................................................................................. 34
48. Procurement Related Complaint ................................................................................. 35

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 7

Section I - Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Specific Procurement Notice - Request for
Bids (RFB), specified in the Bid Data Sheet (BDS), the
Employer, as specified in the BDS, issues this bidding document
for the Design, Supply and Installation of Plant as specified in
Section VII, Employer’s Requirements. The name, identification
and number of lots (contracts) of this RFB are specified in the
BDS.
1.2 Throughout this bidding document:
(a) the term “in writing” means communicated in written form
(e.g. by mail, e-mail, fax, including if specified in the
BDS, distributed or received through the electronic-
procurement system used by the Employer) with proof of
receipt;
(b) if the context so requires, “singular” means “plural” and vice
versa; and
(c) “Day” means calendar day, unless otherwise specified as
“Business Day.” A Business Day is any day that is an
official working day of the Borrower. It excludes the
Borrower’s official public holidays.
2. Source of 2.1 The Borrower or Recipient (hereinafter called “Borrower”)
Funds indicated in the BDS has applied for or received financing
(hereinafter called “funds”) from the World Bank (hereinafter
called “the Bank”) in an amount specified in BDS, toward the
project named in BDS. The Borrower intends to apply a portion
of the funds to eligible payments under the contract(s) for which
this bidding document is issued.
2.2 Payment by the Bank will be made only at the request of the
Borrower and upon approval by the Bank in accordance with the
terms and conditions of the Loan (or other financing) Agreement.
The Loan (or other financing) Agreement prohibits a withdrawal
from the loan account for the purpose of any payment to persons
or entities, or for any import of goods, equipment, plant, or
materials, if such payment or import is prohibited by a decision
of the United Nations Security Council taken under Chapter VII
of the Charter of the United Nations. No party other than the
Borrower shall derive any rights from the Loan (or other
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 8

financing) Agreement or have any claim to the proceeds of the


Loan (or other financing).

3. Fraud and 3.1 The Bank requires compliance with the Bank’s Anti-Corruption
Corruption Guidelines and its prevailing sanctions policies and procedures
as set forth in the WBG’s Sanctions Framework, as set forth in
Section VI.
3.2 In further pursuance of this policy, bidders shall permit and shall
cause their agents (where declared or not), subcontractors,
subconsultants, service providers, suppliers, and their personnel,
to permit the Bank to inspect all accounts, records and other
documents relating to any initial selection process,
prequalification process, bid submission, proposal submission
and contract performance (in the case of award), and to have
them audited by auditors appointed by the Bank.
4. Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, a state-owned
enterprise or institution subject to ITB 4.6, or any combination of
such entities in the form of a joint venture (JV) under an 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, all
members shall be jointly and severally liable for the execution of
the entire Contract in accordance with the Contract terms. The
JV shall nominate a Representative who shall have the authority
to conduct all business for and on behalf of any and all the
members of the JV during the Bidding process and, in the event
the JV is awarded the Contract, during contract execution. Unless
specified in the BDS, there is no limit on the number of
members in a JV.
4.2 A Bidder shall not have a conflict of interest. Any Bidder found
to have a conflict of interest shall be disqualified. A Bidder may
be considered to have a conflict of interest for the purpose of this
Bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is under
common control with another Bidder; or
(b) receives or has received any direct or indirect subsidy from
another Bidder; or
(c) has the same legal representative as another Bidder; or
(d) has a relationship with another Bidder, directly or through
common third parties, that puts it in a position to influence
the Bid of another Bidder, or influence the decisions of the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 9

Employer regarding this Bidding process; or


(e) or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the
Plant and Installation Services that are the subject of the
Bid; or
(f) or any of its affiliates has been hired (or is proposed to be
hired) by the Employer or Borrower as Project Manager
for the Contract implementation; or
(g) would be providing goods, works, or non-consulting services
resulting from or directly related to consulting services for
the preparation or implementation of the project specified
in the BDS ITB 2.1 that it provided or were provided by
any affiliate that directly or indirectly controls, is
controlled by, or is under common control with that firm;
or
(h) has a close business or family relationship with a professional
staff of the Borrower (or of the project implementing
agency, or of a recipient of a part of the loan) who: (i) are
directly or indirectly involved in the preparation of the
bidding document or specifications of the Contract, and/or
the Bid evaluation process of such Contract; or (ii) would
be involved in the implementation or supervision of such
contract unless the conflict stemming from such
relationship has been resolved in a manner acceptable to
the Bank throughout the Bidding process and execution of
the Contract.
4.3 A firm that is a Bidder (either individually or as a JV member)
shall not participate as a Bidder or as JV member in more than
one Bid except for permitted alternative Bids. Such participation
shall result in the disqualification of all Bids in which the firm is
involved. However, this does not limit the participation of a
Bidder as subcontractor in another Bid or of a firm as a
subcontractor in more than one Bid.
4.4 A Bidder may have the nationality of any country, subject to the
restrictions pursuant to ITB 4.8. A Bidder shall be deemed to
have the nationality of a country if the Bidder is constituted,
incorporated or registered in and operates in conformity with the
provisions of the laws of that country, as evidenced by its articles
of incorporation (or equivalent documents of constitution or
association) and its registration documents, as the case may be.
This criterion also shall apply to the determination of the
nationality of proposed subcontractors or subconsultants for any
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 10

part of the Contract including related Services.


4.5 A Bidder that has been sanctioned by the Bank, pursuant to the
Bank’s Anti-Corruption Guidelines, in accordance with its
prevailing sanctions policies and procedures as set forth in the
WBG’s Sanctions Framework as described in Section VI
paragraph 2.2 d., shall be ineligible to be prequalified for,
initially selected for, bid for, propose for, or be awarded a Bank-
financed contract or benefit from a Bank-financed contract,
financially or otherwise, during such period of time as the Bank
shall have determined. The list of debarred firms and individuals
is available at the electronic address specified in the BDS.
4.6 Bidders that are state-owned enterprises or institutions in the
Employer’s Country may be eligible to compete and be awarded
a Contract(s) only if they can establish, in a manner acceptable to
the Bank, that they (i) are legally and financially autonomous (ii)
operate under commercial law, and (iii) are not under supervision
of the Employer.
4.7 A Bidder shall not be under suspension from Bidding by the
Employer as the result of the operation of a Bid-Securing
Declaration or Proposal-Securing Declaration.
4.8 Firms and individuals may be ineligible if so indicated in Section
V and (a)as a matter of law or official regulations, the
Borrower’s country prohibits commercial relations with that
country, provided that the Bank is satisfied that such exclusion
does not preclude effective competition for the supply of goods
or the contracting of works or services required; or (b)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 Borrower’s country prohibits any import of goods or
contracting of works or services from that country, or any
payments to any country, person, or entity in that country. Where
the procurement is implemented across jurisdictional boundaries
(and more than one country is a Borrower, and is involved in the
procurement), then exclusion of a firm or individual on the basis
of ITB 4.8 (a) above by any country may be applied to that
procurement across other countries involved, if the Bank and the
Borrowers involved in the procurement agree.
4.9 A Bidder shall provide such documentary evidence of eligibility
satisfactory to the Employer, as the Employer shall reasonably
request.
4.10 A firm that is under a sanction of debarment by the Borrower
from being awarded a contract is eligible to participate in this
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 11

procurement, unless the Bank, at the Borrower’s request, is


satisfied that the debarment; (a) relates to fraud or corruption,
and (b) followed a judicial or administrative proceeding that
afforded the firm adequate due process.
5. Eligible Plant 5.1 The Plant and Installation Services to be supplied under the
and Installation Contract and financed by the Bank may have their origin in any
Services country in accordance with Section V, Eligible Countries.
5.2 For purposes of ITB 5.1 above, “origin” means the place where
the plant, or component parts thereof are mined, grown,
produced or manufactured, and from which the services are
provided. Plant components are produced when, through
manufacturing, processing, or substantial or major assembling of
components, a commercially recognized product results that is
substantially in its basic characteristics or in purpose or utility
from its components.

B. Contents of Bidding Document


6. Sections of 6.1 The bidding document consists of Parts 1, 2, and 3, which
Bidding include all the sections indicated below, and should be read in
Document conjunction with any Addenda issued in accordance with ITB 8.
PART 1. Bidding Procedures
• Section I - Instructions to Bidders (ITB)
• Section II - Bid Data Sheet (BDS)
• Section III - Evaluation and Qualification Criteria
• Section IV - Bidding Forms
• Section V - Eligible Countries
• Section VI - Fraud and Corruption
PART 2. Employer’s Requirements
• Section VII -Employer’s Requirements
PART 3. Conditions of Contract and Contract Forms
• Section VIII - General Conditions of Contract (GCC)
• Section IX -Particular Conditions of Contract (PCC)
• Section X -Contract Forms
6.2 The Specific Procurement Notice-Request for Bids (RFB) issued
by the Employer is not part of the bidding document.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 12

6.3 Unless obtained directly from the Employer, the Employer is not
responsible for the completeness of the document, responses to
requests for clarification, the Minutes of the pre-Bid meeting (if
any), or Addenda to the bidding document in accordance with
ITB 8. In case of any contradiction, documents obtained directly
from the Employer shall prevail.
6.4 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the bidding document and to furnish with its
Bid all information or documentation as is required by the
bidding document.
7. Clarification of 7.1 A Bidder requiring any clarification of the bidding document
Bidding shall contact the Employer in writing at the Employer’s address
Document, Site indicated in the BDS or raise his enquiries during the pre-Bid
Visit, Pre-Bid meeting if provided for in accordance with ITB 7.4. The
Meeting Employer will respond in writing to any request for clarification,
provided that such request is received prior to the deadline for
submission of Bids within a period specified in the BDS. The
Employer 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. If so specified in the BDS, the Employer shall also
promptly publish its response at the web page identified in the
BDS. Should the clarification result in changes to the essential
elements of the bidding document, the Employer shall amend the
bidding document following the procedure under ITB 8 and ITB
23.2.
7.2 The Bidder is advised to visit and examine the site where the
plant is to be installed and its surroundings and obtain for itself
on its own responsibility all information that may be necessary
for preparing the Bid and entering into a Contract for the
provision of Plant and Installation Services. The costs of visiting
the site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such visit, but only upon the express condition
that the Bidder, its personnel, and agents will release and
indemnify the Employer and its 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 If so specified in the BDS, the Bidder’s designated
representative is invited to attend a pre-Bid meeting and/or a site
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 13

visit. 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 to submit any questions in writing, to
reach the Employer not later than one week before the meeting.
7.6 Minutes of the pre-Bid meeting, including the text of the
questions raised 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 document in accordance with ITB 6.3. If so
specified in the BDS, the Employer shall also promptly publish
the Minutes of the pre-Bid meeting at the web page identified in
the BDS. Any modification to the bidding document that may
become necessary as a result of the pre-Bid meeting shall be
made by the Employer exclusively through the issue of an
Addendum pursuant to ITB 8 and not through the minutes of the
pre-Bid meeting. Nonattendance at the pre-Bid meeting will not
be a cause for disqualification of a Bidder.
8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the
Bidding Employer may amend the bidding document by issuing addenda.
Document
8.2 Any addendum issued shall be part of the bidding document and
shall be communicated in writing to all who have obtained the
bidding document from the Employer in accordance with ITB
6.3. The Employer shall also promptly publish the addendum on
the Employer’s web page in accordance with ITB 7.1.
8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Employer
may, at its discretion, extend the deadline for the submission of
bids, pursuant to ITB 23.2.

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 Employer shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the Bidding process.
10. Language of 10.1 The Bid, as well as all correspondence and documents relating to
Bid the Bid exchanged by the Bidder and the Employer, shall be
written in the language specified in the BDS. 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
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 14

interpretation of the Bid, such translation shall govern.


11. Documents 11.1 The Bid shall comprise the following:
Comprising the
Bid (a) Letter of Bid prepared in accordance with ITB12.1;
(b) Price Schedules completed in accordance with ITB 12 and
ITB 17;
(c) Bid Security or Bid Securing Declaration, in accordance
with ITB 20;
(d) Alternative Bid, if permissible, in accordance with ITB
13;
(e) Authorization: written confirmation authorizing the
signatory of the Bid to commit the Bidder, in accordance
with ITB 21.3;
(f) Eligibility of Plant and Installation Services:
documentary evidence established in accordance with ITB
14.1 that the Plant and Installation Services offered by the
Bidder in its Bid or in any alternative Bid, if permitted, are
eligible;
(g) Bidder’s Eligibility and Qualifications: documentary
evidence in accordance with ITB 15.1 establishing the
Bidder’s eligibility and qualifications to perform the
Contract if its Bid is accepted;
(h) Conformity: documentary evidence in accordance to ITB
16that the Plant and Installation Services offered by the
Bidder conform to the bidding document;
(i) Subcontractors: list of subcontractors in accordance with
ITB 16.2; and
(j) any other document required in the BDS.
11.2 In addition to the requirements under ITB 11.1, Bids submitted
by a JV shall include a copy of the Joint Venture Agreement
entered into by all members. Alternatively, a letter of intent to
execute a Joint Venture Agreement in the event of a successful
Bid shall be signed by all members and submitted with the Bid,
together with a copy of the proposed Agreement.
11.3 The Bidder shall furnish in the Letter of Bid information on
commissions and gratuities, if any, paid or to be paid to agents or
any other party relating to this Bid

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 15

12. Letter of Bid 12.1 The Letter of Bid and Price Schedules shall be prepared, using
and Price the relevant forms furnished in Section IV, Bidding Forms. The
Schedules forms must be completed as instructed in each form without any
alterations to the text, and no substitutes shall be accepted except
as provided under ITB 21.3. All blank spaces shall be filled in
with the information requested.
13. Alternative 13.1 Unless otherwise specified in the BDS, alternative Bids shall not
Bids be considered.
13.2 When alternatives to the Time Schedule are explicitly invited, a
statement to that effect will be included in the BDS, and the
method of evaluating different time schedules will be described
in Section III, Evaluation and Qualification Criteria.
13.3 Except as provided under ITB 13.4 below, Bidders wishing to
offer technical alternatives to the Employer’s requirements as
described in the bidding document must also provide: (i) a price
at which they are prepared to offer a Plant meeting the
Employer’s requirements; and (ii) all information necessary for a
complete evaluation of the alternatives by the Employer,
including drawings, design calculations, technical specifications,
breakdown of prices, and proposed installation methodology and
other relevant details. Only the technical alternatives, if any, of
the Bidder with the Most Advantageous Bid conforming to the
basic technical requirements shall be considered by the
Employer.
13.4 When Bidders are invited in the BDS to submit alternative
technical solutions for specified parts of the facilities, such parts
will be identified in the BDS, as will the method for their
evaluation, and described in Section VII, Employer’s
Requirements.
14. Documents 14.1 To establish the eligibility of the Plant and Installation Services
Establishing the in accordance with ITB 5, Bidders shall complete the country of
Eligibility of the origin declarations in the Price Schedule Forms, included in
Plant and Section IV, Bidding Forms.
Installation
Services
15. Documents 15.1 To establish its eligibility and qualifications to perform the
Establishing the Contract in accordance with Section III, Evaluation and
Eligibility and Qualification Criteria, the Bidder shall provide the information
Qualifications requested in the corresponding information sheets included in
of the Bidder Section IV, Bidding Forms.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 16

16. Documents 16.1 The Bidder shall furnish the information stipulated in Section IV,
Establishing the Bidding Forms in sufficient detail to demonstrate substantial
Conformity of responsiveness of the Bidders’ proposal to the work requirements
the Plant and and the completion time.
Installation
Services 16.2 For major items of Plant and Installation Services as listed by the
Employer in Section III, Evaluation and Qualification Criteria,
which the Bidder intends to purchase or subcontract, the Bidder
shall give details of the name and nationality of the proposed
Subcontractors, including manufacturers, for each of those items.
In addition, the Bidder shall include in its Bid information
establishing compliance with the requirements specified by the
Employer for these items. Quoted rates and prices will be
deemed to apply to whichever Subcontractor is appointed, and no
adjustment of the rates and prices will be permitted.
16.3 The Bidder shall be responsible for ensuring that any
Subcontractor proposed complies with the requirements of ITB
4, and that any plant, or services to be provided by the
Subcontractor comply with the requirements of ITB 5 and ITB
15.1.
17. Bid Prices and 17.1 Unless otherwise specified in the BDS, Bidders shall quote for
Discounts the entire Plant and Installation Services on a “single
responsibility” basis. The total Bid price shall include all the
Contractor’s obligations mentioned in or to be reasonably
inferred from the bidding document in respect of the design,
manufacture, including procurement and subcontracting (if any),
delivery, construction, installation and completion of the Plant.
This includes all requirements under the Contractor’s
responsibilities for testing, pre-commissioning and
commissioning of the plant and, where so required by the
bidding document, the acquisition of all permits, approvals and
licenses, etc.; the operation, maintenance and training services
and such other items and services as specified in the bidding
document, all in accordance with the requirements of the General
Conditions. Items against which no price is entered by the Bidder
will not be paid for by the Employer when executed and shall be
deemed to be covered by the prices for other items.
17.2 Bidders are required to quote the price for the commercial,
contractual and technical obligations outlined in the bidding
document.
17.3 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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 17

Depending on the scope of the Contract, the Price Schedules may


comprise up to the six (6) schedules listed below. Separate
numbered Schedules included in Section IV, Bidding Forms,
from those numbered 1 to 4 below, shall be used for each of the
elements of the Plant and Installation Services. The total amount
from each Schedule corresponding to an element of the Plant and
Installation Services shall be summarized in the schedule titled
Grand Summary, (Schedule 5), giving the total Bid price(s) to be
entered in the Letter of Bid. Bidders shall note that the plant and
equipment included in Schedule Nos. 1 and 2 below exclude
materials used for civil, building and other construction works.
All such materials shall be included and priced under Schedule
No. 4, Installation Services. The Schedules comprise:
Schedule No. 1: Plant (including Mandatory Spare Parts)
Supplied from Abroad
Schedule No. 2: Plant (including Mandatory Spare Parts)
Supplied from within the Employer’s Country
Schedule No. 3: Design Services
Schedule No. 4: Installation Services
Schedule No. 5: Grand Summary (Schedule Nos.1 to 4)
Schedule No. 6: Recommended Spare Parts
17.5. In the Schedules, Bidders shall give the required details and a
breakdown of their prices as follows:
(a) Plant to be supplied from abroad (Schedule No. 1):
The price of the Plant shall be quoted on CIP-named place
of destination basis as specified in the BDS.
(b) Plant manufactured within the Employer’s Country
(Schedule No. 2):
(i) The price of the plant shall be quoted on an EXW
Incoterm basis (such as “ex-works,” “ex-factory,”
“ex-warehouse” or “off-the-shelf,” as applicable);
(ii) Sales tax and all other taxes payable in the
Employer’s Country on the plant if the contract is
awarded to the Bidder;
(c) Design Services (Schedule No. 3);
(d) Installation Services shall be quoted separately (Schedule

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 18

No. 4) and shall include rates or prices for local


transportation to named place of final destination as
specified in the BDS, insurance and other services
incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and
all matters and things of whatsoever nature, including
operations and maintenance services, the provision of
operations and maintenance manuals, training, etc., where
identified in the bidding document, as necessary for the
proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the
Employer’s Country as of twenty-eight (28) days prior to
the deadline for submission of Bids;
(e) Recommended spare parts shall be quoted separately
(Schedule 6) as specified in either subparagraph (a) or (b)
above in accordance with the origin of the spare parts.
17.6 The terms EXW, CIP, and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms,
published by the International Chamber of Commerce, as
specified in the BDS.
17.7 The prices shall be either fixed or adjustable as specified in the
BDS.
17.8 In the case of Fixed Price, prices quoted by the Bidder shall be
fixed during the Bidder’s performance of the contract and not
subject to variation on any account. A Bid submitted with an
adjustable price quotation will be treated as non-responsive and
rejected.
17.9 In the case of Adjustable Price, prices quoted by the Bidder
shall be subject to adjustment during performance of the contract
to reflect changes in the cost elements such as labor, material,
transport and contractor’s equipment in accordance with the
procedures specified in the corresponding Appendix to the
Contract Agreement. A Bid submitted with a fixed price
quotation will not be rejected, but the price adjustment will be
treated as zero. Bidders are required to indicate the source of
labor and material indices in the corresponding Form in Section
IV, Bidding Forms.
17.10 If so indicated in ITB 1.1, Bids are being invited for individual
lots (contracts) or for any combination of lots (packages).
Bidders wishing to offer any price reduction (discount) for the
award of more than one Contract shall specify in their Letter of
Bid the price reductions applicable to each package, or
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 19

alternatively, to individual Contracts within the package, and the


manner in which the price reductions will apply.
17.11 Bidders wishing to offer any unconditional discount shall
specify in their Letter of Bid the offered discounts and the
manner in which price discounts will apply.
18. Currencies of 18.1 The currency(ies) of the Bid and the currency(ies) of payments
Bid and shall be the same. The Bidder shall quote in the currency of the
Payment Employer’s country the portion of the Bid price that corresponds
to expenditures incurred in the currency of the Employer’s
Country, unless otherwise specified in the BDS.
18.2 The Bidder may express the Bid price in any currency. If the
Bidder wishes to be paid in a combination of amounts in
different currencies, it may quote its price accordingly but shall
use no more than three foreign currencies in addition to the
currency of the Employer’s Country.
19. Period of 19.1 Bids shall remain valid for the Bid Validity period specified in
Validity of Bids the BDS. The Bid Validity period starts from the Bid submission
deadline (as prescribed by the Employer in accordance with ITB
23.1). A Bid valid for a shorter period shall be rejected by the
Employer as nonresponsive.
19.2 In exceptional circumstances, prior to the expiration of the Bid
validity period, the Employer may request Bidders to extend the
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 20, the Bidder granting the request shall
also extend the Bid Security for twenty-eight (28) 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 19.3.
19.3 If the award is delayed by a period exceeding fifty-six (56) days
beyond the expiry of the initial Bid validity period, the Contract
price shall be determined as follows:
(a) in the case of fixed price contracts, the Contract price shall
be the Bid price adjusted by the factor or factors specified
in the BDS;
(b) in the case of adjustable price contracts, no adjustment
shall be made; or
(c) in any case, Bid evaluation shall be based on the Bid price
without taking into consideration the applicable correction
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 20

from those indicated above.


20. Bid Security 20.1 The Bidder shall furnish as part of its Bid, either a Bid-Securing
Declaration or a Bid Security as specified in the BDS, in original
form and, in the case of a Bid Security, in the amount and
currency specified in the BDS.
20.2 A Bid-Securing Declaration shall use the form included in
Section IV Bidding Forms.
20.3 If a Bid Security is specified pursuant to ITB 20.1, the Bid
security shall be a demand guarantee in any of the following
forms at the Bidder’s option:
(a) an unconditional guarantee issued by a bank or non-bank
financial institution (such as an insurance, bonding or surety
company);
(b) an irrevocable letter of credit;
(c) a cashier’s or certified check; or
(d) another security indicated in the BDS,
from a reputable source from an eligible country. If an
unconditional guarantee is issued by a non-bank financial
institution located outside the Employer’s Country the issuing
non-bank financial institution shall have a correspondent
financial institution located in the Employer’s Country to make it
enforceable unless the Employer has agreed in writing, prior to
Bid submission, that a correspondent financial institution is not
required. 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 Employer prior to Bid submission. The
Bid Security shall be valid for twenty-eight (28) days beyond the
original validity period of the Bid, or beyond any period of
extension if requested under ITB 19.2.
20.4 If a Bid Security or a Bid-Securing Declaration is specified
pursuant to ITB 20.1, any Bid not accompanied by a
substantially responsive Bid Security or Bid-Securing
Declaration shall be rejected by the Employer as nonresponsive.
20.5 If a Bid Security is specified pursuant to ITB 20.1, the Bid
Security of unsuccessful Bidders shall be returned as promptly as
possible upon the successful Bidder’s furnishing of the
Performance Security pursuant to ITB 47.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 21

20.6 The Bid Security of the successful Bidder shall be returned as


promptly as possible once the successful Bidder has signed the
Contract and furnished the required Performance Security.
20.7 The Bid Security may be forfeited or the Bid-Securing
Declaration executed:
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letter of Bid; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 46; or
(ii) furnish a Performance Security in accordance with
ITB 47.
20.8 The Bid Security or the Bid-Securing Declaration of a JV shall
be in the name of the JV that submits the Bid. If the JV has not
been legally constituted into a legally enforceable JV at the time
of bidding, the Bid Security or the Bid Securing Declaration shall
be in the names of all future members as named in the letter of
intent referred to in ITB 4.1 and ITB 11.2.
20.9 If a Bid Security is not required in the BDS: and
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letter of Bid , except
as provided in ITB 19.2; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 46; or
(ii) furnish a Performance Security in accordance with
ITB 47;
the Borrower may, if provided for in the BDS, declare the
Bidder disqualified to be awarded a contract by the Employer for
a period of time as stated in the BDS.
21. Format and 21.1 The Bidder shall prepare one original of the documents
Signing of Bid 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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 22

21.2 Bidders shall mark as “CONFIDENTIAL” information in their Bids


which is confidential to their business. This may include
proprietary information, trade secrets or commercial or
financially sensitive information.
21.3 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 initialed by the person signing
the Bid.
21.4 In the case that the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV, and so as
to be legally binding on all the members as evidenced by a power
of attorney signed by their legally authorized representatives.
21.5 Any interlineations, erasures, or overwriting shall be valid only if
they are signed or initialed by the person signing the Bid.

D. Submission and Opening of Bids


22. Submission, 22.1 The Bidder shall deliver the Bid in a single, sealed envelope (one
Sealing and (1) envelope process). Within the single envelope the Bidder
Marking of shall place the following separate, sealed envelopes:
Bids
(a) in an envelope marked “ORIGINAL”, all documents
comprising the Bid, as described in ITB 11; and
(b) in an envelope marked “COPIES”, all required copies of the
Bid; and
(c) if alternative Bids are permitted in accordance with ITB 13,
and if relevant:
(i) in an envelope marked “ORIGINAL–ALTERNATIVE
BID” the alternative Bid; and
(ii) in the envelope marked “COPIES – ALTERNATIVE BID”
all required copies of the alternative Bid.
22.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 23

(b) be addressed to the Employer in accordance with ITB 23.1;


(c) bear the specific identification of this Bidding process
indicated in accordance with ITB 1.1; and
(d) bear a warning not to open before the time and date for Bid
opening.
22.3 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement or
premature opening of the Bid.
23. Deadline for 23.1 Bids must be received by the Employer at the address and no
Submission of later than the date and time indicated in the BDS. When so
Bids specified in the BDS, Bidders shall have the option of
submitting their Bids electronically. Bidders submitting Bids
electronically shall follow the electronic Bid submission
procedures specified in the BDS.
23.2 The Employer may, at its discretion, extend the deadline for the
submission of Bids by amending the bidding document in
accordance with ITB 8, in which case all rights and obligations
of the Employer and Bidders previously subject to the deadline
shall thereafter be subject to the deadline as extended.
24. Late Bids 24.1 The Employer shall not consider any Bid that arrives after the
deadline for submission of Bids, in accordance with ITB 23.
Any Bid received by the Employer after the deadline for
submission of Bids shall be declared late, rejected, and returned
unopened to the Bidder.
25. Withdrawal, 25.1 A Bidder may withdraw, substitute, or modify its bid after it has
Substitution, been submitted by sending a written notice, duly signed by an
and authorized representative, and shall include a copy of the
Modification of authorization in accordance with ITB 21.3, (except that
Bids 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 21 and ITB
22 (except that withdrawals notices do not require copies),
and in addition, the respective envelopes shall be clearly
marked “Withdrawal,” “Substitution,” “Modification”; and
(b) received by the Employer prior to the deadline prescribed
for submission of Bids, in accordance with ITB 23.
25.2 Bids requested to be withdrawn in accordance with ITB 25.1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 24

shall be returned unopened to the Bidders.


25.3 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.
26. Bid Opening 26.1 Except as in the cases specified in ITB 24 and ITB 25.2, the
Employer shall publicly open and read out in accordance with
ITB 26.5 all Bids received by the deadline at the date, time and
place specified in the BDS in the presence of Bidders’
designated representatives and anyone who choose to attend.
Any specific electronic Bid opening procedures required if
electronic Bidding is permitted in accordance with ITB 23.1,
shall be as specified in the BDS.
26.2 First, the written notice of withdrawal in the envelopes marked
“Withdrawal” shall be opened and read out and the envelope
with the corresponding Bid shall not be opened, but returned 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 Bid opening.
26.3 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 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 Bid opening.
26.4 Next, 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.
26.5 Next, all remaining envelopes shall be opened one at a time,
reading out: the name of the Bidder and the Bid Price(s),
including any discounts and alternative Bids, and indicating
whether there is a modification; the presence or absence of a Bid
Security or Bid-Securing Declaration, if required; and any other
details as the Employer may consider appropriate.
26.6 Only Bids, alternative Bids and discounts that are opened and
read out at Bid opening shall be considered further. The Letter of
Bid and the Price Schedules are to be initialed by representatives
of the Employer attending Bid opening in the manner specified

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 25

in the BDS.
26.7 The Employer shall neither discuss the merits of any Bid nor
reject any Bid (except for late Bids, in accordance with ITB
24.1).
26.8 The Employer shall prepare a record of the Bid opening that shall
include, as a minimum:
(a) the name of the Bidder and whether there is a withdrawal,
substitution, or modification;
(b) the Bid Price, per lot if applicable, including any discounts;
(c) any alternative Bids; and
(d) the presence or absence of a Bid Security or a Bid-Securing
Declaration.
26.9 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.
A copy of the record shall be distributed to all Bidders.

E. Evaluation and Comparison of Bids


27. Confidentiality 27.1 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 the
Bidding process until information on Intention to Award the
Contract is transmitted to all Bidders in accordance with ITB 42.
27.2 Any effort by a Bidder to influence the Employer in the
evaluation of the bids or Contract award decisions may result in
the rejection of its Bid.
27.3 Notwithstanding ITB 27.2, from the time of Bid opening to the
time of Contract Award, if any Bidder wishes to contact the
Employer on any matter related to the Bidding process, it should
do so in writing.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 26

28. Clarification of 28.1 To assist in the examination, evaluation, and comparison of the
Bids Bids, and qualification of the Bidders, the Employer may, at its
discretion, ask any Bidder for a clarification of its Bid. Any
clarification submitted by a Bidder that is not in response to a
request by the Employer shall not be considered. The
Employer’s request for clarification and the 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 Employer in the evaluation of
the Bids, in accordance with ITB 32.
28.2 If a Bidder does not provide clarifications of its Bid by the date
and time set in the Employer’s request for clarification, its Bid
may be rejected.
29. Deviations, 29.1 During the evaluation of Bids, the following definitions apply:
Reservations,
and Omissions (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.
30. Determination 30.1 The Employer’s determination of a Bid’s responsiveness is to be
of based on the contents of the Bid itself, as defined in ITB11.
Responsiveness
30.2 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 Plant and Installation Services
specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the
bidding document, the Employer’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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 27

30.3 The Employer shall examine the technical aspects of the Bid in
particular, to confirm that all requirements of Section VII,
Employer’s Requirements have been met without any material
deviation, reservation, or omission.
30.4 If a Bid is not substantially responsive to the requirements of the
bidding document, it shall be rejected by the Employer and may
not subsequently be made responsive by correction of the
material deviation, reservation, or omission.
31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer
Nonconformitie may waive any nonconformity in the Bid that does not constitute
s a material deviation, reservation or omission.
31.2 Provided that a Bid is substantially responsive, the Employer
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.
31.3 Provided that a Bid is substantially responsive, the Employer
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 in the manner specified in
the BDS.
32. Correction of 32.1 Provided that the Bid is substantially responsive, the Employer
Arithmetical shall correct arithmetical errors on the following basis:
Errors
(a) 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;
(b) where there are errors between the total of the amounts of
Schedule Nos. 1 to 4 and the amount given in Schedule
No. 5 (Grand Summary), the former shall prevail and the
latter will be corrected accordingly; 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.
32.2 Bidders shall be requested to accept correction of arithmetical
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 28

errors. Failure to accept the correction in accordance with ITB


32.1, shall result in the rejection of the Bid.
33. Conversion to 33.1 For evaluation and comparison purposes, the currency(ies) of the
Single Bid shall be converted into a single currency as specified in the
Currency BDS.
34. Margin of 34.1 No margin of domestic preference shall apply.
Preference
35. Evaluation of 35.1 The Employer shall use the criteria and methodologies listed in
Bids this ITB and Section III, Evaluation and Qualification criteria.
No other evaluation criteria or methodologies shall be permitted.
By applying the criteria and methodologies the Employer shall
determine the Most Advantageous Bid. This is the Bid of the
Bidder that meets the qualification criteria and that has been
determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
35.2 Technical Evaluation. The Employer will carry out a detailed
technical evaluation of the Bids not previously rejected to
determine whether the technical aspects are in compliance with
the bidding document. The Bid that does not meet minimum
acceptable standards of completeness, consistency and detail, and
the specified minimum (or maximum, as the case may be)
requirements for specified functional guarantees, will be rejected
for non-responsiveness. In order to reach its determination, the
Employer will examine and compare the technical aspects of the
Bids on the basis of the information supplied by the Bidders,
taking into account the following:
(a) overall completeness and compliance with the Employer’s
Requirements; conformity of the Plant and Installation
Services offered with specified performance criteria,
including conformity with the specified minimum (or
maximum, as the case may be) requirement corresponding
to each functional guarantee, as indicated in the
Specification and in Section III, Evaluation and
Qualification Criteria; suitability of the Plant and
Installation Services offered in relation to the
environmental and climatic conditions prevailing at the
site; and quality, function and operation of any process
control concept included in the Bid;
(b) type, quantity and long-term availability of mandatory and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 29

recommended spare parts and maintenance services; and


(c) other relevant factors, if any, listed in Section III,
Evaluation and Qualification Criteria.
35.3 Where alternative technical solutions have been allowed in
accordance with ITB 13, and offered by the Bidder, the
Employer will make a similar evaluation of the alternatives.
Where alternatives have not been allowed but have been offered,
they shall be ignored.
35.4 Economic Evaluation. To evaluate a Bid, the Employer shall
consider the following:
(a) the Bid price, excluding provisional sums and the
provision, if any, for contingencies in the Price Schedules;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 32.1;
(c) price adjustment due to discounts offered in accordance
with ITB 17.11;
(d) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 31.3;
(e) converting the amount resulting from applying (a) to (c)
above, if relevant, to a single currency in accordance with
ITB 33; and
(f) the evaluation factors specified in the BDS and in Section
III, Evaluation and Qualification Criteria.
35.5 If price adjustment is allowed in accordance with ITB 17.7, 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.
35.6 If this bidding document 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 cost of the lot (contract) combinations,
including any discounts offered in the Letter of Bid, is specified
in Section III, Evaluation and Qualification Criteria.
36. Comparison of 36.1 The Employer shall compare the evaluated costs of all
Bids substantially responsive Bids established in accordance with ITB
35.4 to determine the Bid that has the lowest evaluated cost.
37. Abnormally 37.1 An Abnormally Low Bid is one where the Bid price, in
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 30

Low Bids combination with other elements of the Bid, appears so low that
it raises material concerns as to the capability of the Bidder to
perform the Contract for the offered Bid Price.
37.2 In the event of identification of a potentially Abnormally Low
Bid, the Employer shall seek written clarifications from the
Bidder, including detailed price analyses of its Bid price in
correlation to the subject matter of the contract, scope, proposed
methodology, schedule, allocation of risks and responsibilities
and any other requirements of the bidding document.
37.3 After evaluation of the price analyses, in the event that the
Employer determines that the Bidder has failed to demonstrate its
capability to deliver the contract for the offered tender price, the
Employer shall reject the Bid.
38. Unbalanced or 38.1 If the Bid that is evaluated as the lowest evaluated cost is, in the
Front Loaded Employer’s opinion, seriously unbalanced or front loaded the
Bids Employer may require the Bidder to provide written
clarifications. Clarifications may include detailed price analyses
to demonstrate the consistency of the Bid prices with the scope
of works, proposed methodology, schedule and any other
requirements of the bidding document.
38.2 After the evaluation of the information and detailed price
analyses presented by the Bidder, the Employer may:
(a) accept the Bid; or
(b) if appropriate, require that the total amount of the
Performance Security be increased, at the expense of the
Bidder, to a level not exceeding twenty percent (20%) of
the Contract Price; or
(c) reject the Bid.
39. Eligibility and 39.1 The Employer shall determine to its satisfaction whether the
Qualification of Bidder that is selected as having submitted the lowest evaluated
the Bidder cost and substantially responsive Bid is eligible and meets the
qualifying criteria specified in Section III, Evaluation and
Qualification Criteria.
39.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted
by the Bidder, pursuant to ITB 15.1.The determination shall not
take into consideration the qualifications of other firms such as
the Bidder’s subsidiaries, parent entities, affiliates,
subcontractors (other than Specialized Subcontractors if
permitted in the bidding document) or any other firm(s) different
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 31

from the Bidder.


39.3 An affirmative determination shall be a prerequisite for award of
the Contract to the Bidder. A negative determination shall result
in disqualification of the Bid, in which event the Employer shall
proceed to the Bidder who offers a substantially responsive Bid
with the next lowest evaluated cost to make a similar
determination of that Bidder’s qualifications to perform
satisfactorily.
39.4 The capabilities of the manufacturers and subcontractors
proposed in its Bid to be used by the Bidder with the Most
Advantageous Bid for identified major items of supply or
services will also be evaluated for acceptability in accordance
with Section III, Evaluation and Qualification Criteria. Their
participation should be confirmed with a letter of intent between
the parties, as needed. Should a manufacturer or subcontractor
be determined to be unacceptable, the Bid will not be rejected,
but the Bidder will be required to substitute an acceptable
manufacturer or subcontractor without any change to the Bid
price. Prior to signing the Contract, the corresponding Appendix
to the Contract Agreement shall be completed, listing the
approved manufacturers or subcontractors for each item
concerned.
40. Employer’s 40.1 The Employer reserves the right to accept or reject any Bid, and
right to Accept to annul the Bidding process and reject all Bids at any time prior
Any Bid and to to Contract Award, without thereby incurring any liability to
Reject Any or Bidders. In case of annulment, all Bids submitted and
All Bids specifically, Bid securities shall be promptly returned to the
Bidders.
41. Standstill 41.1 The Contract shall not be awarded earlier than the expiry of the
Period Standstill Period. The Standstill Period shall be ten (10) Business
Days unless extended in accordance with ITB 45. The Standstill
Period commences the day after the date the Employer has
transmitted to each Bidder the Notification of Intention to Award
the Contract. Where only one Bid is submitted, or if this contract
is in response to an emergency situation recognized by the Bank,
the Standstill Period shall not apply.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 32

42. Notification of 42.1 The Employer shall send to each Bidder the Notification of
Intention to Intention to Award the Contract to the successful Bidder. The
Award Notification of Intention to Award shall contain, at a minimum,
the following information:
(a) the name and address of the Bidder submitting the
successful Bid;
(b) the Contract price of the successful Bid;
(c) the names of all Bidders who submitted Bids, and their Bid
prices as readout, and as evaluated;
(d) a statement of the reason(s) the Bid (of the unsuccessful
Bidder to whom the notification is addressed) was
unsuccessful, unless the price information in c) above
already reveals the reason;
(e) the expiry date of the Standstill Period; and
(f) instructions on how to request a debriefing and/or submit a
complaint during the standstill period.

F. Award of Contract
43. Award Criteria 43.1 Subject to ITB 40, the Employer shall award the Contract to the
successful Bidder. This is the Bidder whose Bid has been
determined to be the Most Advantageous Bid. This is the Bid of
the Bidder that meets the qualification criteria and whose Bid has
been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
44. Notification of 44.1 Prior to the expiration of the Bid Validity Period, and upon
Award expiry of the Standstill Period, specified in ITB 41.1 or any
extension thereof, and upon satisfactorily addressing any
complaint that has been filed within the Standstill Period, the
Employer shall notify the successful Bidder, in writing, that its
Bid has been accepted. The notification of award (hereinafter and
in the Contract Forms called the “Letter of Acceptance”) shall
specify the sum that the Employer will pay the Contractor in
consideration of the execution of the contract (hereinafter and in
the Conditions of Contract and Contract Forms called “the
Contract Price”).
44.2 Within ten (10) Business Days after the date of transmission of
the Letter of Acceptance, the Employer shall publish the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 33

Contract Award Notice which shall contain, at a minimum, the


following information:
(a) name and address of the Employer;
(b) name and reference number of the contract being
awarded, and the selection method used;
(c) names of all Bidders that submitted Bids, and their Bid
prices as read out at Bid opening, and as evaluated;
(d) names of all Bidders whose Bids were rejected either as
nonresponsive or as not meeting qualification criteria,
or were not evaluated, with the reasons therefor;
(e) the name of the successful Bidder, the final total
contract price, the contract duration and a summary of
its scope; and
(f) successful Bidder’s Beneficial Ownership Disclosure
Form, if specified in BDS ITB 46.1.
44.3 The Contract Award Notice shall be published on the Employer’s
website with free access if available, or in at least one newspaper
of national circulation in the Employer’s Country, or in the
official gazette. The Employer shall also publish the contract
award notice in UNDB online.
44.4 Until a formal contract is prepared and executed, the Letter of
Acceptance shall constitute a binding Contract
45. Debriefing by 45.1 On receipt of the Employer’s Notification of Intention to Award
the Employer referred to in ITB 42, an unsuccessful Bidder has three (3)
Business Days to make a written request to the Employer for a
debriefing. The Employer shall provide a debriefing to all
unsuccessful Bidders whose request is received within this
deadline.
45.2 Where a request for debriefing is received within the deadline,
the Employer shall provide a debriefing within five (5) Business
Days, unless the Employer decides, for justifiable reasons, to
provide the debriefing outside this timeframe. In that case, the
standstill period shall automatically be extended until five (5)
Business Days after such debriefing is provided. If more than
one debriefing is so delayed, the standstill period shall not end
earlier than five (5) Business Days after the last debriefing takes
place. The Employer shall promptly inform, by the quickest
means available, all Bidders of the extended standstill period.
45.3 Where a request for debriefing is received by the Employer later
than the three (3)-Business Day deadline, the Employer should
provide the debriefing as soon as practicable, and normally no
later than fifteen (15) Business Days from the date of publication
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 34

of Public Notice of Award of contract. Requests for debriefing


received outside the three (3)-day deadline shall not lead to
extension of the standstill period.
45.4 Debriefings of unsuccessful Bidders may be done in writing or
verbally. The Bidder shall bear their own costs of attending such
a debriefing meeting.
46. Signing of 46.1 The Employer shall send to the successful Bidder the Letter of
Contract Acceptance including the Contract Agreement, and, if specified
in the BDS, a request to submit the Beneficial Ownership
Disclosure Form providing additional information on its
beneficial ownership. The Beneficial Ownership Disclosure
Form, if so requested, shall be submitted within eight (8)
Business Days of receiving this request.
46.2 The successful Bidder shall sign, date and return to the
Employer, the Contract Agreement within twenty-eight (28) days
of its receipt.
46.3 Notwithstanding ITB 46.2 above, in case signing of the Contract
Agreement is prevented by any export restrictions attributable to
the Employer, to the country of the Employer, or to the use of the
Plant and Installation Services to be supplied, where such export
restrictions arise from trade regulations from a country supplying
those Plant and Installation Services, the Bidder shall not be
bound by its Bid, always provided, however, that the Bidder can
demonstrate to the satisfaction of the Employer and of the Bank
that signing of the Contact Agreement has not been prevented by
any lack of diligence on the part of the Bidder in completing any
formalities, including applying for permits, authorizations and
licenses necessary for the export of the Plant and Installation
Services under the terms of the Contract.
47. Performance 47.1 Within twenty-eight (28) days of the receipt of the Letter of
Security Acceptance from the Employer, the successful Bidder shall
furnish the Performance Security and if required in the BDS, the
Environmental, Social, Health and Safety (ESHS) Performance
Security in accordance with the General Conditions GCC 13.3,
subject to ITB 38, using for that purpose the Performance
Security Form and ESHS Performance Security Form included in
Section X, Contract Forms, or another form acceptable to the
Employer. 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 Employer. A foreign
institution providing a bond shall have a correspondent financial
institution located in the Employer’s Country, unless the
Employer has agreed in writing that a correspondent financial
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section I – Instructions to Bidders (ITB) 35

institution is not required.


47.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security and if required in the BDS, the
Environmental, Social, Health and Safety (ESHS) Performance
Security or sign the Contract shall constitute sufficient grounds
for the annulment of the award and forfeiture of the Bid Security.
In that event the Employer may award the Contract to the Bidder
offering the next Most Advantageous Bid.
48. Procurement 48.1 The procedures for making a Procurement-related Complaint are
Related as specified in the BDS.
Complaint

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 37

Section II - Bid Data Sheet


The following specific data for the Facilities to be procured shall complement, supplement,
or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.

A. General
ITB 1.1 The reference number of the Request for Bids (RFB) is: SL-EDSA-119619-
CW-RFB
The Employer is: Electricity Distribution and Supply Authority (EDSA)
The name of the RFB is: Supply and Installation of 33kV Sub-transmission
Lines and 33/11kV Primary Substations (Lot 1-2)
The number and identification of lots (contracts)comprising this RFB is:
The bid is in two (2) lots as detailed below and bidders may bid for any one
lot or both lots:
• Lot 1: Supply and Installation of 33/11kV Primary Substations in
Freetown (Lot 1)
• Lot 2: Supply and Installation of 33kV Sub Transmission Lines in
Freetown (Lot 2)

ITB 2.1 The Borrower is: The Government of the Republic of Sierra Leone
The amount of the financing is: USD 50,000,000.00
The name of the Project is: Energy Sector Utility Reform Project
Additional Financing (ESURP AF)

ITB 4.1 Maximum number of members in the Joint Venture (JV) shall be: No limit.

ITB 4.5 A list of debarred firms and individuals is available on the Bank’s external
website: http://www.worldbank.org/debarr.

B. Bidding Document
ITB 7.1 For Clarification of Bid purposes only, the Employer’s address is:
Attention: Emmanuel Ozigbo
Address: No 5, High broad Street, Murray Town
City: Freetown
Country: Sierra Leone

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 38

Telephone:
Electronic mail address: ozigboemmanu@gmail.com;
Cc:gobarichard@gmail.com; aleksandarnikolic@edsa.sl;
mohamedfofanah@edsa.sl; pchamfya@gmail.com, francisnyama@edsa.sl,
edwardparkinson@edsa.sl
Requests for clarification should be received by the Employer no later than:
twenty-eight (28) days prior to the deadline for submission of bids.
Web page: none

ITB 7.4 A Pre-Bid meeting will take place at the following date, time and place:
Date: January 13, 2020
Time: 10:00 Hours GMT
Place: No 5, High broad Street, Murray Town, Freetown in the
Conference Room
A site visit conducted by the Employer shall be organized on the same day.

ITB 7.6 Web page: N/A

C. Preparation of Bids
ITB 10.1 The language of the Bid is: English.
All correspondence exchange shall be in English language.
Language for translation of supporting documents and printed literature is
English.

ITB 11.1 (j) The Bidder shall submit the following additional documents in its Bid:
a. Preliminary Contractor’s Environment and Social Management Plan
(C-ESMP) based on the ESMP in the ESHIA Report prepared by the
employer
b. Preliminary dimensioned Drawings to demonstrate bidders
understanding of the scope works (based on the drawings in the bidding
document) including:
• Substation Single Line Diagrams
• Substation equipment layout
• Steel Tubular Pole Top Structure Arrangement

ITB 13.1 Alternative Bids shall not be considered.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 39

ITB 13.2 Alternatives to the Time Schedule shall not be permitted.


If alternatives to the Time Schedule are permitted, the evaluation method
will be as specified in Section III, Evaluation and Qualification Criteria.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of
the Plant and Installation Services: N/A as further detailed in the
Specification.
If alternative technical solutions are permitted, the evaluation method will
be as specified in Section III, Evaluation and Qualification Criteria.
The Technical Proposal shall also include the following additional documents:
ITB16.1
Code of Conduct (ESHS)
The Bidder shall submit its Code of Conduct that will apply to its employees
and subcontractors, to ensure compliance with its Environmental, Social, Health
and Safety (ESHS) obligations under the contract. If not available, its Code of
Conduct must be submitted during the first month of contract effectiveness
In addition, the Bidder shall detail how this Code of Conduct will be
implemented. This will include how it will be introduced into conditions of
employment/engagement, what training will be provided, how it will be
monitored and how the Contractor proposes to deal with any breaches.
The Contractor shall be required to implement the agreed Code of Conduct
upon contract award.
Code of Conduct for Gender Based Violence (GBV) / Sexual Exploitation
and Abuse (SEA)
The Bidder shall submit its Code of Conduct that will apply to its employees
and subcontractors, to ensure compliance with its GBV/SEA Framework
obligations under the contract.
In addition, the Bidder shall develop GBV/SEA prevention and response action
plan that is acceptable by the Employer.
Management Strategies and Implementation Plans (MSIP) to manage the
(ESHS) risks
The Bidder shall submit Management Strategies and Implementation Plans
(MSIP) to manage the following key Environmental, Social, Health and Safety
(ESHS) risks:
• Gender based violence and sexual exploitation and abuse (GBV/SEA)
prevention and response action plan;
• Grievance Redress Mechanism;
• Health and Safety Management Plan, to ensure health and safety of
workers; including use of protective clothing; HIV/AIDS awareness and
prevention, including sensitization and counselling; drug and substance
abuse, and avoidance of child labour and child abuse;

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 40

The Contractor shall be required to submit for approval, and subsequently


implement, the Contractor’s Environment and Social Management Plan (C-
ESMP), in accordance with the Particular Conditions of Contract Sub-Clause
11.1(j), that includes the agreed Management Strategies and Implementation
Plans described here.

ITB 17.1 Not applicable

ITB 17.5 (a) Place of destination: Shall be an area to be secured and maintained by the
and (d) contractor for the period of the works. It may be located close to the
named place of final destination as stated below
Final destination (Project Site):
Lot1: Substation sites at Freetown 161, Aberdeen, Falcon Bridge, Cline
Town, Jui, Waterloo and Regent
Lot2: various lines routes specified under scope of works under Section
VII “Employer’s Requirements”

ITB 17.6 The Incoterms edition is: 2018.

ITB 17.7 The prices quoted by the Bidder shall not be subject to adjustment during
the performance of the Contract.

ITB 18.1 The Bidder is not required to quote in the currency of the Employer’s
Country the portion of the Bid price that corresponds to expenditures
incurred in that currency.

ITB 19.1 The Bid validity period shall be 119 days.

ITB 19.3 (a) The Bid price shall be adjusted by the following factor(s): N/A

ITB 20.1 A Bid Security shall be required.


The amount and currency of the Bid Security shall be:
Lot1: US$190,000.00
Lot2: US$170,000.00
and shall be any of the following:
a) an unconditional guarantee issued by a bank
b) an irrevocable letter of credit;
c) a cashier’s or certified check;

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 41

ITB 20.3 (d) Other types of acceptable securities: “None”

ITB 20.9 N/A

ITB 21.1 In addition to the original of the Bid, the number of copies is:
Three (3) plus a soft copy in a flash drive. The Flash disk shall be
enclosed in the envelope marked “copy” in accordance with the ITB 21.1
and should contain UNEDITABLE COPY of both TECHNICAL &
FINANCIAL PROPOSAL. In the event of any discrepancies between the
original and the electronic copy, the original shall prevail

ITB 21.3 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of: a Notarized Power of Attorney.

D. Submission and Opening of Bids


ITB 23.1 For Bid submission purposes only, the Employer’s address is
Attention: The Director General
Address: No 5, High broad Street, Murray Town, Freetown
City: Freetown
Country: Sierra Leone

The deadline for Bid submission is:


Date: February 24, 2020
Time: 12:00 noon (Sierra Leone Time)
Bidders shall not have the option of submitting their Bids electronically.

ITB 26.1 The Bid opening shall take place at:


Street Address: EDSA, No 5, High broad Street, Murray Town, Freetown
Floor/Room number: 3rd floor/ Conference Room
City: Freetown
Country: Sierra Leone
Date: February 24, 2020
Time: 12:15 p.m. (Sierra Leone Time)

ITB 26.6 The Letter of Bid and Price Schedules shall be initialed by two
representatives of the Employer conducting Bid opening.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 42

E. Evaluation, and Comparison of Bids

ITB 31.3 The adjustment shall be based on the highest price of the item or component
as quoted in other substantially responsive Bids. If the price of the item or
component cannot be derived from the price of other substantially
responsive Bids, the Employer shall use its best estimate.

ITB 33.1 The currency that shall be used for Bid evaluation and comparison purposes
to convert (at the selling exchange rate) all Bid prices expressed in various
currencies into a single currency is: Sierra Leone Leones (SLL)
The source of exchange rate shall be: The Central Bank of Sierra Leone at
http://www.bsl.gov.sl.
The date for the exchange rate shall be: 7 days prior to the bid opening date

ITB 35.4 (f) The adjustments shall be determined using the following criteria, from
amongst those set out in Section III, Evaluation and Qualification Criteria:
[refer to Section III, Evaluation and Qualification Criteria; insert
complementary details if necessary]
(a) Deviation in Time for Completion: No.;
(b) Life cycle costs: the projected operating and maintenance costs
during the life of the goods or equipment Yes;
(c) Functional Guarantees of the Facilities Yes;
(d) Work, services, facilities, etc., to be provided by the Employer No;

ITB 46.1 The successful Bidder shall not submit the Beneficial Ownership Disclosure
Form.

ITB 48.1 The procedures for making a Procurement-related Complaint are detailed in
the “Procurement Regulations for IPF Borrowers (Annex III).” If a Bidder
wishes to make a Procurement-related Complaint, the Bidder should submit
its complaint following these procedures, in writing (by the quickest means
available, that is either by email or fax), to:
For the attention: Francis Nyama
Title/position: Deputy Director General
Employer: Electricity Distribution and Supply Authority (EDSA)
Email address francisnyama@edsa.sl
In summary, a Procurement-related Complaint may challenge any of the
following:
1. the terms of the Bidding Documents; and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section II – Bid Data Sheet (BDS) 43

2. the Employer’s decision to award the contract.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 45

Section III - Evaluation and Qualification


Criteria

This Section contains all the criteria that the Employer shall use to evaluate Bids and qualify
Bidders. No other factors, methods or criteria shall be used other than those specified in this
bidding document.
The Bidder shall provide all the information requested in the forms included in Section IV,
Bidding Forms.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 46

Table of Criteria
1. Evaluation .......................................................................................................................... 47
1.1 Technical Evaluation .................................................................................................... 47
1.2 Economic Evaluation .................................................................................................... 49
1.3 Multiple Contracts (ITB 35.6) ...................................................................................... 50

2. Qualification ...................................................................................................................... 52
1 Eligibility ......................................................................................................................... 52
2. Historical Contract Non-Performance ............................................................................ 53
3 Financial Situation ........................................................................................................... 55
4 Experience........................................................................................................................ 58
2.5 Personnel ....................................................................................................................... 61
2.6 Equipment ..................................................................................................................... 62
2.7 Subcontractors............................................................................................................... 63

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 47

The Employer shall use the criteria and methodologies listed in this Section to evaluate Bids.
By applying the criteria and methodologies, the Employer shall determine the Most
Advantageous Bid. This is the Bid of the Bidder that meets the qualification criteria and
whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
1. Evaluation
1.1 Technical Evaluation
In addition to the criteria listed in ITB 35.2 (a) – (c) the following factors shall apply:
(a) the adequacy of the technical proposals (i) – (vii) and meeting the requirement
proposal below:
i. Site Organization: Requirement is for hierarchical organization chart indicating
head office and field personnel that would be involved in the Management and
Construction works;
ii. Method Statement: Adequate narrative detailing the sequence and methods to
carry out the works in strict adherence to the specifications and the
Environmental and Social Safeguard policies of the Bank including:
• Design, Supply & Installation: Substation, and equipment design procedure,
the procedure for procurement of major equipment and materials, procedure
for civil & installation work;
• Quality control measures: Adequate narration of specific quality control
measures at design, manufacture, erection, installation, testing and
commissioning stages of the project. The presentation shall include
recruitment/selection of the subcontractors/sub suppliers if any and how they
will be supervised;
• Environment, Social, Health and Safety (ESHS) Management Strategy and
Implementation Plans (C-ESMP): The preliminary Contractor’s
Environmental, Health and Social Management Plan should include an
identification of expected Environmental, Health and safety hazards, and
mitigation measures that will be adopted to ensure that the projects are
completed without accidents, and with minimum negative impact on the
environment. Bidders shall prepare their preliminary C-ESMP based on the
ESMP in the ESHIA report prepared by EDSA and reflect industry best
practice and standards. The ESHIA report would be made available to
prospective bidders;
• Workers’ ESHS Code of Conduct: Adequacy of statement on ESHS Code of
Conduct that will apply to the employees and sub-contractors of the
contractor, and details of how it will be enforced. The code of conduct will
include the bidder’s declared statement against sexual exploitation and abuse
(SEA) involving workers and women/young girls in the local communities. The
declared statement is expected to be incorporated in contracts for workers
and be enforced as such.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 48


iii. Mobilization Schedule: Provision of mobilization schedule in the form of bar
chart showing the schedule for undertaking the activities leading to contract
effectiveness and the sequence of mobilizing personnel and work items to site
iv. Construction Schedule: Requirement is for construction schedule in a bar chart
form showing the sequence for undertaking the key events from notification of
award through construction up until commissioning, handover and defect liability
period. The activities should include but not limited to the period for site testing,
detailed designs, civil works, procurement of materials, manufacturing,
delivering, installation of equipment, testing, commissioning and hand over
(provision of as-built-documentation);
v. Plant: Must meet minimum requirements in the Technical Schedules (Technical
Data Sheets) of the major plant and equipment provided in Section IV Bid Forms.
Bidders shall provide duly completed all Technical Schedules (Technical Data
Sheets) with detailed information of offered materials and equipment, in which all
required information, should be filled completely and signed. Technical Schedules
(Technical Data Sheets) shall be signed and stamped by the Bidder. Bids not
having duly completed all Technical Schedules (Technical Data Sheets) for all the
listed plant shall be rejected. Any deviation from technical requirements shall be
clearly stated/marked by the Bidders and shall be subject to Employer’s
acceptance or rejection.
(b) The offered equipment shall already have been Type Tested, where the specifications
call for the equipment to be type tested. Bidders shall attach copies of Type Test
Certificates and Reports and technical documents (catalogue, brochures, drawings.) of
each major item offered with their bids. The validity of the type test referred to in this
section will be for the Type Test conducted not earlier than the last ten (10) years,
calculated from the date of bid opening. Type Test Reports shall be carried out by a
laboratory independent of the manufacturer or with the witness of independent laboratory.
Accreditation certificate for the testing laboratory shall be submitted with the bid.
Tested plant (equipment/material) in Type Test Reports shall have the same code/ country
/ manufacturer and technical parameters as offered plant (equipment/material). Type
Tests of non-conforming plant (materials/equipment) shall not be accepted.
The major equipment for which Type Test reports are required are (as applicable to each
lot):
• Power Transformers (161/33kV 35/40MVA, 33/11kV 20/26MVA) or of similar
capacities)
• 161kV outdoor equipment (Circuit Breakers, Lightening Arrestors, Disconnect
Switches, Voltage Transformers, Current Transformers)
• 33kV outdoor equipment (Circuit Breakers, Lightening Arrestors, Disconnect
Switches, Voltage Transformers, Current Transformers)
• 33kV and 11kV indoor Air Insulated Switchgears and Vacuum Circuit Breakers
• Protection relays and Bay Protection and Control Units (BCPUs)
• 33kV XLPE Cables
• 11kV XLPE Cables
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 49

• LV and Control Cables


• 265 AAC Conductors
• OPGW
• Polymeric insulators (post, suspension, tension)
Bids not having Type Test reports for all the listed major plant (equipment/material) shall
be rejected.
1.2 Economic Evaluation
The following factors and methods will apply:
(a) Time Schedule
Time to complete the Plant and Installation Services from the effective date specified
in Article 3 of the Contract Agreement for determining time for completion of pre-
commissioning activities is: 18 months. No credit will be given for earlier completion.
Bids offering a completion date beyond the maximum designated period shall be
rejected.
(b) Life Cycle Costs
Since the operating and maintenance costs of the facilities being procured form a
major part of the life cycle cost of the facilities, these costs will be evaluated
according to the principles given hereafter, and based on prices furnished by each
Bidder in Price Schedule Nos. 1 and 2, as well as on past experience of the Employer
or other employers similarly placed. Such costs shall be added to the Bid price for
evaluation.

Power Transformer
For the purposes of evaluation, The Transformer Losses (at the ONAN central Tap
rating) offered by Bidders shall be capitalized and evaluated in accordance with the
technical specification for the transformers in volume II of this bidding document.
Transformer Losses (in kW) offered by Bidders in the Technical Schedules for the
ONAN rating at central Tap (and also in the form FUNC) shall be multiplied by the
Employer’s Unit Capitalized Costs of Losses and the results added to the Bid Price for
the purpose of evaluation only as follows:
Pi = N x (kNL * NL + kLL * LL)
Where: Pi = Total Capitalized Cost in US $ of a transformer type i
N = Number of transformers of type i
NL = Quoted Guaranteed No-load loss in kW
LL = Quoted Guaranteed Load loss in kW
kLL = Unit Load Loss Capitalized Cost = $2,800/kW
kNL = Unit No Load Loss Capitalized Cost = $6,500/kW

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 50

The sum of capitalized cost all the types of transformers shall be added to the evaluated
price to obtain the Adjusted Evaluated Cost

Transformers offered by Bidders whose Losses exceed the figures in the table 1.2 below
shall be rejected.

Table 1.2. Maximum Permissible Transformer Losses (ONAN)


Transformer capacity (kVA) Max Load Losses (kW) Max No-Load Losses (kW)
35/40 MVA, 161/33kV 62 24
20/26 MVA, 33/11kV 80 12

(c) Functional Guarantees of the Facilities


The minimum (or maximum) requirements stated in the Specification for functional
guarantees required in the Specification are:

Power Transformers
Functional Guarantees shall be for transformer losses stated in the Technical Data Sheet and
in the form FUNC by the bidder. The maximum allowable losses (without any positive
tolerance) for the transformers are specified in the technical specifications and tabulated in
Table 1.2 above
(d) Work, services, facilities, etc., to be provided by the Employer
Not Applicable.
(e) Sustainable procurement
Not Applicable
(f) Alternative technical solutions for specified parts
Not Applicable
(g) 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.
1.3 Multiple Contracts (ITB 35.6)
If in accordance with ITB 1.1, Bids are invited for more than one lot, the contract will be
awarded to the Bidder or Bidders offering a substantially responsive Bid(s) and the lowest
evaluated cost to the Employer for combined lots, subject to the selected Bidder(s) meeting
the required qualification criteria Section III, Evaluation and Qualification Criteria for a lot or
combination of lots as the case may be.
In determining Bidder or Bidders that offer the total lowest evaluated cost to the Employer,
after considering all possible combination of lots, the Employer shall apply the following
steps in sequence:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 51

(a) evaluate individual lots to determine the substantially responsive Bids and
corresponding evaluated costs;
(b) for each lot, rank the substantially responsive Bids starting from the lowest evaluated
cost for the lot;
(c) apply to the evaluated costs listed in b) above, any applicable discounts/price reductions
offered by a Bidder (s) for the award of multiple contracts based on the discounts and
the methodology for their application offered by the respective Bidder; and
(d) determine contract award on the basis of the combination of lots that offer the total
lowest evaluated cost to the Employer.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
52 Section III - Evaluation and Qualification Criteria

2. Qualification

Factor 1 Eligibility
Criteria
Bidder Documentation
Sub-Factor
Requirement Single Joint Venture (existing or intended) Required
Entity All members Each At least one
combined Partner Partner
1.1 Nationality Nationality in accordance with Must meet must meet Must meet N/A Form ELI –1.1 and
ITB 4.4. requirement requirement requirement 1.2, with
attachments
1.2 Conflict of No- conflicts of interests as Must meet must meet Must meet N/A Letter of Bid
Interest described in ITB 4.2 requirement requirement requirement
1.3 Bank Not having been declared Must meet must meet Must meet N/A Letter of Bid
Ineligibility ineligible by the Bank as requirement requirement requirement
described in 4.5.
1.4 State Owned Compliance with conditions of Form ELI –1.1 and
Must meet Must meet Must meet
Enterprise or Institution ITB 4.6 N/A 1.2, with
requirement requirement requirement
attachments
1.5 Ineligibility Not having been excluded as a Must meet must meet Must meet N/A Letter of Bid
based on a United result of the Borrower’s country requirement requirement requirement
Nations resolution or laws or official regulations, or
Borrower’s country law by an act of compliance with
UN Security Council resolution,
in accordance with ITB 4.8and
Section V.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 53

Factor 2. Historical Contract Non-Performance


Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture (existing or intended) Required
Single Entity All members Each member At least one
combined member
2.1 History of non- Non-performance1of a contract Must meet N/A Must meet N/A Form CON - 2
performing contracts did not occur within the last requirement by requirement2
five (5) years prior to the itself or as
deadline for application member to past
submission, based on all or existing JV
information on fully settled
disputes or litigation. A fully
settled dispute or litigation is
one that has been resolved in
accordance with the Dispute
Resolution Mechanism under
the respective contract, and
where all appeal instances
available to the Bidder have
been exhausted.
2.2Suspension Not under suspension based Must meet Must meet Must meet Must meet Letter of Bid
on execution of a Bid Securing requirement requirement requirement requirement
Declaration or Proposal
Securing Declaration pursuant
to ITB 4.7 and ITB 20.9

1
Nonperformance, as decided by the Employer, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution
mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts where Employers decision was
overruled by the dispute resolution mechanism. Nonperformance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance
with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted.
2
This requirement also applies to contracts executed by the Bidder as JV member.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
54 Section III - Evaluation and Qualification Criteria

Factor 2. Historical Contract Non-Performance


Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture (existing or intended) Required
Single Entity All members Each member At least one
combined member
2.2Pending Litigation Bid’s financial position and Must meet N/A Must meet N/A Form CON – 2
prospective long term requirement requirement
profitability still sound
according to criteria
established in 3.1 below and
assuming that all pending
litigation shall in total not
represent more than Twenty
Five percent (25%) of the
Bidder’s net worth and shall
be treated resolved against
the Bidder
2.3Litigation History No consistent history of Must meet Must meet Must meet N/A Form CON – 2
court/arbitral award decisions requirement requirement requirement
against the Bidder 3 since 1st
January 2014

3
The Bidder shall provide accurate information on the related Letter of Bid about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years.
A consistent history of awards against the Bidder or any member of a joint venture may result in failure of the Bid.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 55

Factor 3 Financial Situation


Criteria
Bidder
Documentation
Sub-Factor Joint Venture (existing or intended)
Requirement Required
Single Entity All members Each At least one
combined member member

2.4 Declaration: Declare any civil work Must make N/A Each must Form CON-3
Environmental, contracts that have been the make the N/A ESHS
Social, Health, and suspended or declaration. declaration. Performance
Safety (ESHS) past terminated and/or Where there Where there Declaration
performance performance security are are
called by an employer Specialized Specialized
for reasons related to Sub- Sub-
the non-compliance of contractor/s, contractor/s,
any environmental, or the the
social (including Specialized Specialized
sexual exploitation Sub- Sub-
and abuse (SEA) and contractor/s contractor/s
gender based violence must also must also
(GBV)), or health or make the make the
declaration. declaration.
safety requirements or
safeguard in the past
five years

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
56 Section III - Evaluation and Qualification Criteria

Factor 3 Financial Situation


Criteria
Bidder
Documentation
Sub-Factor Joint Venture (existing or intended)
Requirement Required
Single Entity All members Each At least one
combined member member

3.1 Financial Submission of audited balance Must meet N/A Must meet N/A Form FIN – 3.1 with
Capabilities sheets or if not required by the requirement requirement attachments
law of the Bidder’s Country,
other financial statements
acceptable to the Employer, for
the last Three [3] years (2016,
2017 & 2018) years to
demonstrate the current
soundness of the Bidders
financial position and its
prospective long term
profitability.
Criteria:
a. TA/TL Ratio should be
consistently ≥ 1.25 for the
3 yrs.
b. CA/CL Ratio should be
Consistently ≥ 1.20 for the
3 yrs.

3.2Average Annual Minimum average annual Must meet Must meet Must meet Must meet Form FIN –3.2
Turnover turnover in supply & requirement requirement [40÷(n-1)] % of sixty percent
installation of transmission and the requirement (60%) of the
or distribution network requirement
(where n =
equipment and materials of
number of JV
US$14.6 million for Lot 1 and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 57

Factor 3 Financial Situation


Criteria
Bidder
Documentation
Sub-Factor Joint Venture (existing or intended)
Requirement Required
Single Entity All members Each At least one
combined member member
US$14.3 million for Lot 2, partners)
calculated as total certified
payments received for contracts
in progress or completed,
within the last three (3) years
3.3Financial The Bidder must demonstrate Must meet Must meet Must meet Must meet Form FIN –3.3
Resources access to, or availability of, requirement requirement [40÷(n-1)] % of sixty percent
financial resources such as the requirement (60%) of the
liquid assets, unencumbered real requirement
(where n =
assets, lines of credit, and other
number of JV
financial means, other than any
partners)
contractual advance payments to
meet:
(i) the following cash-flow
requirement:
US$1.9 million for Lot 1 and
US$1.7 million for Lot 2
and
(ii) the overall cash flow
requirements for this contract
and its current commitments.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
58 Section III - Evaluation and Qualification Criteria

Factor 4 Experience

Criteria
Bidder
Sub-Factor Joint Venture (existing or intended) Documentation
Requirement Single Required
Entity All members Each member At least one member
combined
4.1General Experience Experience in supply & installation of Must meet N / A Must meet N/A Form EXP-4.1
transmission and or distribution network requirement requirement
equipment and materials under contracts in
the role of contractor, subcontractor, or
management contractor for at least the last 5
years starting 1st January 2013.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 59

4.2(a)Specific (a)Participation as contractor, joint venture Must meet Must meet N/A Must meet at least two Form EXP 4.2(a)
Experience member4, management contractor, or requirement requirements6 contracts involving any of
subcontractor, in at least two (2) contracts the following key
within the last five (5) years, each with a activities:
value of at least US$7.6 million for Lot 1 • Detail Engineering
and US$6.8 million for Lot 2, that have been design services
successfully and substantially5completed • installation services
and that are similar to the proposed Plant
and Installation Services at least one of
which must have been in a developing
country with conditions similar to Sierra
Leone.
The similarity of the contracts shall be based
on the following:
Lot 1: Design, Supply & Installation of
primary substations with ratio 33/11kV or
above with at least 5No 33kV or higher
outdoor bays, 5No 33/11kV, 10MVA (or
higher) power transformers and 6No MV
Indoor Switchgears.

Lot 2: Design, Supply & Installation of


Double Circuit Steel Tower and or Steel
Tubular Pole line of voltage at least 33kV
For both lots, the detailed engineering
design activities as well as the installation
services may also be met through a
specialized subcontractor.

4
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this requirement
5
Substantial completion shall be based on 80% or more plant and installation completed under the contract.
6
In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead,
each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of
contracts, only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
60 Section III - Evaluation and Qualification Criteria

4.2(b) Specific (b) For the above or other contracts executed Must meet Must meet N/A Must meet at least one Form EXP-4.2(b)
Experience during the period stipulated in 4.2(a) above, requirement requirements7 key activity listed in the
a minimum experience in the following key s first column of this 4.2
activities: b)-(a) & (b)
Lot 1
a. Engineering and design of sub
transmission (substation of voltage 33kV
and above) network
b. Supply and installation of:
• 3 No. 33/11kV Primary Substation
Building
• 5No. 33/11kV 10MVA (or above) Power
Transformers
• 4No. HV Outdoor line and transformer
bays
• 6No. 33kV or 11kV Indoor AIS
switchgears
Lot2
a. Engineering and design of sub
transmission (lines of voltage 33kV and
above) network
b. Supply and installation of:
• Towers/ Steel Tubular Poles: for
minimum 45km of 33kV line
• Stringing (Conductor 150mm2 and
above): for minimum 45km of 33kV
line
Any of the above key activities may also be
met through a specialized subcontractor

7
In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each
contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts,
only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines (Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 61

2.5 Personnel
The Bidder must demonstrate that it will have the personnel for the key positions that
meet the following requirements:

Experience (years)
In Written
Position As manager and spoken
in similar South
Total of similar English
works Sahara
works
Africa
Lot 1
Contractor’s Representative 15 10 8 - Fluent
Manager based on site (At least B.Sc./
12 8 5 3 Fluent
B. Tech in Elect. Eng.)
Substation Engineer (B.Sc. /B. Tech
8 5 - 2 Fluent
in Elect Eng.)
Construction Engineer (B.Sc./B. Tech 2
8 5 - Fluent
in Civil Eng.)
Substation Supervisor (B.Sc. /B. Tech, -
8 5 - Fluent
HND in Elect Eng.)
Environmental Safeguard officer 5 - - 1 Fluent
Social Safeguard officer 5 1 Fluent
Health and Safety Officer 5 - - 1 Fluent
Lot 2
Contractor’s Representative 15 10 8 - Fluent
Manager based on site (At least B.Sc./
12 8 5 3 Fluent
B. Tech in Elect/ Civil Eng.)
Construction Engineer (B.Sc./B. Tech 2
8 5 - Fluent
in Civil Eng.)
Transmission Lines Supervisor (B.Sc. -
8 5 - Fluent
/B. Tech, HND in Elect/ Civil Eng.)
Environmental Safeguard officer 5 - - 1 Fluent
Social Safeguard officer 5 - - 1 Fluent
Health and Safety Officer 5 - - 1 Fluent

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 62

The Bidder shall provide details of the proposed personnel and their experience
records in the relevant Forms included in Section IV, Bidding Forms.

2.6 Equipment
The Bidder must demonstrate that it will have access to the key Contractor’s
equipment listed hereafter:

Item Description of Plant and Equipment Minimum number Is this equipment owned
No. to be used required or is it to be hired?
Lot 1
1 Circuit breaker analyzer test kit 1
Substation Test and Measuring
2 equipment (Primary and Secondary 1
Injection Test sets)
3 HV testing equipment 1
4 Partial discharge test equipment 1
5 Relay testing equipment 1
6 Power transformer testing 1
equipment
7 CT’s/VT’s testing equipment 1
8 Megger 2
9 Earth resistance tester 1
10 Oil analyzer equipment 1
11 Contact resistance test equipment 1
12 Transformer Oil Treatment Plant 1
13 Cable stand 1
14 Cable rollers Sufficient

Lot2
1 Stringing machine 1
2 Cable Stand 3

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 63

3 HV testing equipment 1
4 Earth resistance tester 1
5 Testing and splicing equipment for 2
FO cables
6 Total Station equipment for survey 1
7 Rollers for conductor stringing Sufficient
8 Compressors (for excavation in 2
rocky areas)

The Bidder shall provide further details of proposed items of equipment using the relevant
Form in Section IV.
2.7 Subcontractors
Subcontractors/manufacturers for the following major items of supply or services
(‘Specialized Subcontractors’) must meet the following minimum criteria, herein listed for
that item:
No.
Description of Plant outside
Requirement Unit Total
for Supply under Bid Supplier'
s country
LOT1
Requirement is for a power transformer of at least
161/33kV Power 132kV voltage level and of at least 35/40MVA
No. 100 50
Transformer ONAN/ONAF rating manufactured in last 20 years
and in trouble free operation for at least 5 years
Requirement is for a power transformer of at least
33/11kV Power 33kV voltage level and of at least 10/13MVA
No. 500 300
Transformer ONAN/ONAF rating manufactured in last 20 years
and in trouble free operation for at least 5 years
Requirement is for Indoor AIS Switchgear panels
Indoor Switchgear with Vacuum Circuit Breakers up to 33kV,
No. 500 300
Panel manufactured in last 20 years and in trouble free
operation for at least 5 years8
161kV SF6 Live Tank Requirement is for CB of at least 132kV No. 100 50
Circuit Breakers manufactured in last 20 years and in trouble free

8
AIS Indoor Switchgears manufactured by Crompton Greeves and recently supplied to EDSA does not meet this
requirement and so EDSA shall not accept offers for indoor switchgears from this manufacturer

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 64

operation for at least 5 years

Requirement is for CB of at least 33kV


33kV SF6 Live Tank
manufactured in last 20 years and in trouble free No. 500 300
Circuit Breakers
operation for at least 5 years
Requirement is for Indoor AIS Switchgear panels
with Vacuum Circuit Breakers up to 33kV,
Current Transformers No. 2,000 1,000
manufactured in last 20 years and in trouble free
operation for at least 5 years
Requirement is for VT of 33kV Voltage level or
Voltage Transformers higher manufactured in last 20 years and in trouble No. 2,000 1,000
free operation for at least 5 years
Requirement is for arresters of 132kV Voltage level
161kV Surge Arresters or higher manufactured in last 20 years and in No. 500 250
trouble free operation for at least 5 years
Requirement is for arresters of 33kV Voltage level
33kV Surge Arresters or higher manufactured in last 20 years and in No. 2,000 1,000
trouble free operation for at least 5 years
Requirement is for XLPE/SWA/PVC cables of
11kV Voltage level or higher manufactured in last
MV XLPE Cables km 2,000 1,000
20 years and in trouble free operation for at least 5
years
Requirement is for numeric relays manufactured in No. 2,000 1,000
Protection relays last 20 years and in trouble free operation for at
least 5 years
Requirement is for a firm that has successfully
completed detailed designs for at least three 93)
Design Engineer* No. 3 N/A
similar T&D projects that has been successfully
constructed and in operation
Other Specialized Requirement is for a firm that has successfully
No. 2 N/A
Subcontractor* completed at least two (2) similar assignments

Lot2

Requirement is for Double Circuit Narrow Base


Lattice Towers Lattice Towers at least the total number of lattice No. 10,000 5,000
towers to have been produced and in service

Steel Tubular Poles Requirement is for Steel Tubular Poles designed for No. 3,000 1,000
direct burial and capable of carrying at least 265

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III - Evaluation and Qualification Criteria 65

AAC insulated Conductor

Requirement is Composite Insulator. The rod or the


core shall be manufactured from Fiberglass. The
33kV Composite weather shed of the Suspension/Tension Insulators
No. 10,000 5,000
Insulators shall be manufactured from either Hydrated
Alumina Ethylene Propylene Copolymer (EPM) as
the primary constituent or Silicone Elastomers.

Requirement is Hard Drawn stranded aluminum


Aluminum Conductors km 10,000 5,000
conductor, insulated and uninsulated

Requirement is for a firm that has successfully


completed detailed designs for at least three T&D
Design Engineer* No. 3 N/A
projects that has been successfully constructed and
in operation
Other Specialized Requirement is for a firm that has successfully
No. 2 N/A
Subcontractor* completed at least two (2) similar assignments

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.
The items for which Manufacturer’s Authorization is required are the following:
• Power Transformers (161/33kV 35/40MVA, 33/11kV 20/26MVA)
• 161kV outdoor equipment (Circuit Breakers, Lightening Arrestors, Disconnect
Switches, Voltage Transformers, Current Transformers)
• 33kV outdoor equipment (Circuit Breakers, Lightening Arrestors, Disconnect
Switches, Voltage Transformers, Current Transformers)
• 33kV and 11kV indoor Air Insulated Switchgears
• 33kV and 11kV vacuum Circuit Breakers
• Protection relays and Bay Protection and Control Units (BCPUs)
• 33kV XLPE Cables
• 11kV XLPE Cables
• LV and Control Cables
• Lattice Towers
• Tubular Steel Poles

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section III – Evaluation and Qualification Criteria 66

• 265 AAC Conductors


• OPGW
• Polymeric insulators (post, suspension, tension)
The manufacturers of the above-listed major equipment are required to have been awarded a
valid ISO 9001 Certificate or equivalent Quality Assurance Certification and bidder shall
submit same in its bid.
Equipment similar to those offered as the major equipment must have been supplied and
installed and been in service outside the country of manufacture. The bidder shall submit
documentary evidence of the history of supplies.
*this option is not compulsory but available for bidders that wish to utilize the services of
specialized subcontractors to perform some key activities of the project. The specialized
subcontractor should have completed at least two (2) similar contracts within the last 5 years
and the qualification criteria outlined under 2.4.2 (a) & (b) of this section shall be used to
evaluate them.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 67

Section IV - Bidding Forms

Table of Forms

Letter of Bid........................................................................................................................... 70

Schedule of Rates and Prices ............................................................................................... 73

Preamble ................................................................................................................................ 73

Price Schedules for Lot 1: Supply and Installation of 33/11kV Primary Substations in
Freetown ................................................................................................................................ 76
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad ....................... 77
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s
Country ............................................................................................................................... 94
Schedule No. 3. Design Services ..................................................................................... 110
Schedule No. 4. Installation and Other Services.............................................................. 111
Schedule No. 5. Grand Summary .................................................................................... 133
Schedule No. 6. Recommended Spare Parts .................................................................... 134

Price Schedules for Lot 2: Supply and Installation of 33 Sub Transmission Lines in
Freetown .............................................................................................................................. 135
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad ..................... 136
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s
Country ............................................................................................................................. 148
Schedule No. 3. Design Services ..................................................................................... 159
Schedule No. 4. Installation and Other Services.............................................................. 160
Schedule No. 5. Grand Summary .................................................................................... 174
Schedule No. 6. Recommended Spare Parts .................................................................... 175

Price Adjustment ................................................................................................................ 176

Technical Proposal .............................................................................................................. 176


Site Organization .............................................................................................................. 177
Method Statement ............................................................................................................. 178
Mobilization Schedule ...................................................................................................... 179

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 68

Construction Schedule ...................................................................................................... 180


Plant .................................................................................................................................. 181
Lot 1 – Technical Schedules/Data Sheets ......................................................................... 182
Lot 2 – Technical Schedules/Data Sheets ......................................................................... 297

Contractor’s Equipment .................................................................................................... 314

Functional Guarantees ....................................................................................................... 315

Personnel .............................................................................................................................. 316


Proposed Personnel ........................................................................................................... 316
Resume of Proposed Personnel ......................................................................................... 317

Proposed Subcontractors for Major Items of Plant and Installation Services ............. 318

Others - Time Schedule ...................................................................................................... 321

Bidders Qualification without prequalification ............................................................... 322

Bidder Information Sheet................................................................................................... 323

Party to JV Information Sheet........................................................................................... 324

Historical Contract Non-Performance .............................................................................. 325

Current Contract Commitments / Works in Progress .................................................... 328

Financial Situation .............................................................................................................. 329


Historical Financial Performance ..................................................................................... 329
Average Annual Turnover ................................................................................................ 331
Financial Resources .......................................................................................................... 332

Experience ........................................................................................................................... 333


General Experience ........................................................................................................... 333
Specific Experience .......................................................................................................... 335
Specific Experience in Key Activities .............................................................................. 337

Form of Bid Security .......................................................................................................... 339


Form of Bid Security – Bank Guarantee........................................................................... 339
Form of Bid Security- Bid Bond N/A .............................................................................. 341
Form of Bid-Securing Declaration/NA ............................................................................. 342

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 69

Manufacturer’s Authorization .......................................................................................... 343

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 70

Letter of Bid

Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.:[insert identification No if this is a Bid for an alternative]

To: [insert complete name of Employer]


(a) No reservations: We have examined and have no reservations to the bidding
document, including Addenda issued in accordance with ITB 8;
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITB 4;
(c) Bid-Securing Declaration: We have not been suspended nor declared ineligible by the
Employer based on execution of a Bid Securing Declaration or Proposal-Securing
Declaration in the Employer’s Country in accordance with ITB 4.7;
(d) Conformity: We offer to provide design, supply and installation services in conformity
with the bidding document of the following: [insert a brief description of the Plant,
Design, Supply and Installation Services];
(e) Bid Price: The total price of our Bid, excluding any discounts offered in item (f) below
is: [Insert one of the options below as appropriate]
Option 1, in case of one lot: Total price is: [insert the total price of the Bid in words and
figures, indicating the various amounts and the respective currencies];
Or
Option 2, in case of multiple lots: (a) Total price of each lot [insert the total price of each lot
in words and figures, indicating the various amounts and the respective currencies]; and (b)
Total price of all lots (sum of all lots) [insert the total price of all lots in words and figures,
indicating the various amounts and the respective currencies];
(f) Discounts: The discounts offered and the methodology for their application are:
(i) The discounts offered are: [Specify in detail each discount offered.]
(ii) The exact method of calculations to determine the net price after application of
discounts is shown below: [Specify in detail the method that shall be used to
apply the discounts];
(g) Bid Validity Period: Our Bid shall be valid for the period specified in BDS 19.1 (as
amended if applicable) from the date fixed for the Bid submission deadline specified in

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 71

BDS 23.1 (as amended if applicable), and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;
(h) Performance Security: If our Bid is accepted, we commit to obtain a Performance
Security in accordance with the bidding document;
(i) One Bid Per Bidder: We are not submitting any other Bid(s) as an individual Bidder,
and we are not participating in any other Bid(s) as a Joint Venture member, and meet
the requirements of ITB 4.3, other than alternative Bids submitted in accordance with
ITB 13;
(j) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are not
subject to, and not controlled by any entity or individual that is subject to, a temporary
suspension or a debarment imposed by the World Bank Group or a debarment imposed
by the World Bank Group in accordance with the Agreement for Mutual Enforcement
of Debarment Decisions between the World Bank and other development banks.
Further, we are not ineligible under the Employer’s Country laws or official regulations
or pursuant to a decision of the United Nations Security Council;
(k) State-owned enterprise or institution: [select the appropriate option and delete the
other] [We are not a state-owned enterprise or institution] / [We are a state-owned
enterprise or institution but meet the requirements of ITB 4.6];
(l) Commissions, gratuities and fees: We have paid, or will pay the following
commissions, gratuities, or fees with respect to the Bidding process or execution of the
Contract: [insert complete name of each Recipient, its full address, the reason for
which each commission or gratuity was paid and the amount and currency of each
such commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)


(m) Binding Contract: We understand that this Bid, together with your written acceptance
thereof included in your Letter of Acceptance, shall constitute a binding contract
between us, until a formal contract is prepared and executed;
(n) Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost Bid, the Most Advantageous Bid or any other Bid that you may receive;
and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 72

(o) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us or on our behalf engages in any type of Fraud and Corruption.
Name of the Bidder: *[insert complete name of person signing the Bid]
Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert
complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid]
Signature of the person named above: [insert signature of person whose name and
capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 73

Schedule of Rates and Prices


Preamble
General

1. The Price Schedules are divided into separate Schedules (as per ITB 17.4) as follows:
Lot1: Supply and Installation of 33/11kV Primary Substations in Freetown (Lot 1)
Schedule No. 1 Plant and Equipment (including Mandatory Spare Parts) Supplied from
Abroad
Schedule No. 2 Plant and Equipment (including Mandatory Spare Parts) Supplied from
within the Employer’s Country
Schedule No. 3 Design Services
Schedule No. 4 Installation Services
Schedule No. 5 Grand Summary
Schedule No. 6 Recommended Spare Parts
Lot2: Supply and Installation of 33kV Sub transmission Lines in Freetown (Lot 1-2)
Schedule No. 1 Plant and Equipment (including Mandatory Spare Parts) Supplied from
Abroad
Schedule No. 2 Plant and Equipment (including Mandatory Spare Parts) Supplied from
within the Employer’s Country
Schedule No. 3 Design Services
Schedule No. 4 Installation Services
Schedule No. 5 Grand Summary
Schedule No. 6 Recommended Spare Parts
2. The Schedules do 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 and
reviewed the Drawings to ascertain the full scope of the requirements included in each
item prior to filling in the rates and prices. The entered rates and prices shall be deemed
to include for the full scope as aforesaid, including overheads and profit.
3. If bidders are unclear or uncertain as to the scope of any item, they shall seek clarification
in accordance with the Instructions to Bidders in the bidding documents prior to
submitting their bid.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 74

Pricing
4. Prices shall be filled in indelible ink, and the Bidder shall initial any alterations necessary
due to errors, etc.
As specified in the Bid Data Sheet and Special Conditions of Contract, prices shall be
fixed and firm for the duration of the Contract, or prices shall be subject to adjustment in
accordance with the corresponding Appendix (Price Adjustment) to the Contract
Agreement.
5. Bid prices shall be quoted in the manner indicated and, in the currencies, specified in the
Instructions to Bidders in the bidding documents.
For each item, bidders shall complete each appropriate column in the respective
Schedules, giving the price breakdown as indicated in the Schedules.
Prices given in the Schedules against each item shall be for the scope covered by that
item as detailed in the Technical Specifications, Drawings or elsewhere in the bidding
documents.
6. 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.
Where there are errors between the total of the amounts of Schedule Nos. 1 to 4 and the
amount given in Schedule No. 5 (Grand Summary), the former shall prevail, and the latter
will be corrected accordingly.
Where there are discrepancies between amounts stated in figures and amounts stated in
words, the amounts stated in words shall prevail.
7. Payments will be made to the Contractor in the currency or currencies indicated under
each respective item.
8. Items left blank will be deemed to have been included in other items. The TOTAL for
each Schedule and the TOTAL of the Grand Summary shall be deemed to be the total
price for executing the Facilities and sections thereof in complete accordance with the
Contract, whether or not each individual item has been priced.
9. When requested by the Employer for the purposes of making payments or part payments,
valuing variations or evaluating claims, or for such other purposes as the Employer may
reasonably require, the Contractor shall provide the Employer with a breakdown of any
composite or lump sum items included in the Schedules.
10. At the time the Contract is awarded, the Employer reserves the right to increase or
decrease the quantity of Plant and Installation Services originally specified in the Price
Schedules below, provided the change in the evaluated bid price does not exceed ±15%,
and without any change in the unit prices or other terms and conditions of the bid and the
Bidding Documents.
11. The guaranteed characteristics of the facilities to be supplied shall be indicated to confirm
the conformity and compatibility of the facilities.
12. Full compensation for furnishing all working drawings and As-Built drawings shall be
considered as included in prices paid for the contract items of work to which such
drawings relate and no additional compensation will be allowed thereof.
13. Bidders shall take note of the following in pricing for Schedule No. 1 of all lots

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 75

a. Factory Acceptance Test.


Prices shall include cost of three (3) technical personnel of the Employer witnessing
the Factory Acceptance Test (FAT) of the major plant (Power Transformers, 161kV
and 33kV outdoor SF6 live tank circuit breakers, 161kV and 33kV outdoor
pantograph and disconnect switches, 161kV and 33kV outdoor CT’s and VT’s, 33kV
and 11kV AIS switchgear, 161kV and 33kV protection and control panels/systems,
Steel tubular poles, Steel lattice towers, AAC conductors, 33kV and11kV power
cables, OPGW, Insulators, 161kV and 33kV surge arresters etc.) so requested in the
Technical Specifications for the duration of the entire factory acceptance testing. The
costs shall include but not limited to return air tickets (Economy class),
accommodation and meals, internal transportation and per diem allowances
(US$150.00) etc. for the days required for the test.
The Contractor shall provide the detailed breakdown of all the above FAT cost
as a supplementary schedule to be attached to the Price Schedule.
b. Custom and Import duties other domestic taxes
• For Price Schedule No.1: Plants and Equipment (including Mandatory Spare Parts)
supplied from Abroad shall Not be exempt from Custom and Import Duties,
Withholding Tax, GST, Value added tax (VAT), and all other taxes and levies.
However, for this contract and as stated in ITB (GCC) 14 (14.2) EDSA shall be
responsible to promptly pay all customs and import duties and other domestic taxes
(GST) to be imposed on the Plant/equipment imported from abroad (Price Schedule
No.1 items). To this end, the Contractor shall be required to consign the Plant
(Equipment/material) to EDSA and submit the shipping documents to EDSA
immediately after shipping. Upon receipt of the shipping documents, EDSA shall
promptly arrange and pay all required duties and taxes and submit the receipts to the
contractor to enable them to clear the plant from the port.
• For Price Schedule No.4: The Sierra Leone Revenue Authority Act requires the
employer to impose a Withholding Tax rate (10.5%) on the Installation Services
performed in Sierra Leone. Bidders should therefore, indicate the Withholding Tax on
the rates for all the pay items in the column (WHT) Schedule 4. Bidders should
clearly indicate whether the relevant price schedules indicated above are inclusive
of the above taxes. The employer shall exclude the above taxes for the purpose of
evaluation of bids.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 76

Price Schedules for Lot 1: Supply and Installation of


33/11kV Primary Substations in Freetown

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 77

Schedule No. 1. Plant and Mandatory Spare Parts Supplied from


Abroad
SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Schedule A: FREETOWN 161kV SUBSTATION (Please refer to relevant S/S drawings)
A1 161kV SWITCHYARD
161/33kV, 35/40MVA, ONAN/ONAF, YNyn0
A1.1 Transformer c/w On Load Tap Changer No 1
(OLTC), HV and LV Surge Arresters
161kV, 630A, 31.5 kA, 3s, SF6 Circuit Breaker
A1.2 with remote and local control (set of 3-phase) Set 1
c/w steel supporting structures

161kV, 1250A, 31.5kA, 3s disconnect switch


(set of 3-phase), motorized and manual
A1.3 operating mechanism suitable for gantry Set 1
mounting, c/w operating platforms, grounding
mats and supporting structures

161kV, 1250A, 31.5kA, 3s Pantograph break


disconnect (set of 3-phase), motorized and
A1.4 manual operating mechanism suitable for Set 2
gantry mounting, c/w operating platforms,
grounding mats and supporting structures

161kV O/D Current Transformer (200-


A1.5 100/1/1/1A) (set of 3-phase) c/w steel Set 1
supporting structures
161kV Voltage Transformers (set of 3-phase)
A1.6 Set 1
c/w steel supporting structures
161kV Surge Arrester (set of 3-phase) c/w steel
A1.7 Set 1
supporting structures
A2 161kV BUS BAR SYSTEM
Tubular busbar system including frames,
A2.1 Set 2
clamps, c/w steel supporting structures

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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 78

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
161kV Post Insulators c/w clamps, connectors,
A2.2 No 24
etc.
Connection to gantries: Conductors, clamps,
A2.3 Lot 1
insulators, earthing, etc.
Metering, Protection & Control Panel boards with control switches (Local/Remote, Close/Open), Alarm
A3 system, Digital Indication Metering (Ammeter, Voltmeter, Thermometer), Secondary Injection test
facilities etc. fully wired to include but not limited to the following:

For Transformer Panel: Protection: 87T, 50/51,


50N/51N, Automatic Voltage Regulator
(AVR), auxiliary relays and secondary
A3.1 injection test facilities for the 161/33kV, Set 1
35/40MVA Power Transformers, Multi-
functional meter, 3-phase 4 - wire Energy and
KVA demand Meter etc.
For 33kV Line Panels: Protection: 67/50/51,
67N/50N/51N, 79 and secondary test injection
A3.2 Set 3
facilities, Multi-functional meter, 3-phase 4 -
wire Energy Meter
For 33kV Bus Section Panel: Protection:
87/67/50/51, 67N/50N/51N, 79 and secondary
A3.3 Set 1
test injection facilities, Multi-functional meter,
3-phase 4 - wire Energy Meter
33kV Low Impedance type bus bar protection
(LIBBP) with integrated Breaker Fail
A3.4 Set 1
Protection, 3-phase OC and EF protection and
under and over voltage protection relays
Settlement metering system for the new 33kV
A3.5 incomer from new 161/33kV Power Lot 1
Transformer.
Integration of Protection system with existing
A3.6 system, Control & Auxiliary Cable Systems Lot 1
(Including Terminations & Markings)
Upgrade and extension of existing Substation
A3.7 Event and Data Recording System as per Lot 1
detailed Scope of Works
A4 33kV SWITCHYARD
33kV O/D 1250A, 25kA 3s Motorized Line
A4.1 Isolator (set of 3-phase) with Earth Switch c/w Set 4
with support structures

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 79

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
33kV O/D 1250A, 25kA 3s Motorized Bus
A4.2 Isolator (set of 3-phase) with Earth Switch c/w Set 6
with support structures

33kV O/D 1250A, 25kA 3s SF6 Circuit Breaker


A4.3 with remote and local control (set of 3-phase) Set 5
c/w with support structures
33kV O/D Current Transformer (set of 3-
A4.4 Set 6
phase) (400-800/1/1/1A) c/w support structures
33kV O/D Voltage Transformer (set of 3-
A4.5 Set 1
phase) c/w support structures
33kV O/D 1250A, 25kA, 3s Rigid Bus bar c/w
A4.6 Set 1
Support Structure
33kV O/D Surge Arrester (set of 3-phase) c/w
A4.7 Set 5
all accessories
33kV Post Insulators c/w clamps, connectors,
A4.8 No 40
etc.
A5 AC AND DC SUPPLY
A5.1 DC Distribution Panel 110V DC No 1
AC Distribution Panel, 100A, 230/400 V -
A5.2 No 1
50Hz
A6 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
300mm2 33kV, single core XLPE/SWA/PVC
A6.1 Cu (laid 1 core per phase) to connect feeders to m 900
the OH Line feeders

300mm2 33kV, single core XLPE/SWA/PVC


A6.2 Cu (laid 2 cores per phase) to connect item m 150
A1.1 to item A4.1
33kV Cable Termination kits (set of 1-phase,
A6.3 No 30
300mm2)
Cables for auxiliary Systems c/w Terminations
A6.4 Lot 1
& Markings
Protection & Control Cables C/W Terminations
A6.5 Lot 1
& Markings
A7 MISCELLANEOUS WORKS
Upgrade and Extension of existing Outdoor
A7.1 lighting for switchyard as per detailed Scope of Lot 1
Works

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 80

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Upgrade and Extension of existing Substation
A7.2 Lightening protection system complete as per Lot 1
detailed Scope of Works
Upgrade and Extension of Existing Substation
A7.3
earthing system complete consisting of:
- 95sq. mm stranded bare cupper conductor m 600
- 30 x 3mm cupper flat tapes m 120
- 20mm diameter and 3.0 meters long earth
rods No 25

Sub-Total (Schedule A) carried to Summary

Schedule B: ABERDEEN 33/11KV SUBSTATION (Please refer to relevant S/S drawings)


33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
B1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers, Voltage transformer,
B1.1 Protection Relays, Controls, and 3-Phase No 2
Ammeter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers, Voltage transformer,
Protection Relays and Controls, Multi-
B1.2 No 2
functional meter (A, V), 3-phase 4 - wire
Energy and KVA demand Meter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
B1.3 No 1
differential protection), Protection Relays and
Controls, measuring equipment. etc. as per
detailed Scope of Works.
Measuring panel c/w Voltage transformer and
B1.4 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
B2
SWITCHGEAR LINEUP COMPRISING :)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 81

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Transformer Incomer Cubicle with 12kV,
2500A Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays and
B2.1 No 2
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed
Scope of Works.
Feeder Cubicle with 12kV, 630A Vacuum
Circuit Breaker c/w Current Transformers,
Protection Relays, Controls and 3-Phase
B2.2 No 6
Ammeter and Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
Transformers (two sets for bus differential
B2.3 No 1
protection), Protection Relays and controls,
measuring equipment. etc. as per detailed
Scope of Works.
Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays, Controls, 3-
B2.4 No 1
Phase Ammeter and Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
B2.5 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
B3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
B3.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
Station Service Transformer: 11/0.4kV,
B3.2 100KVA, ONAN, Dyn11 c/w no-load tap No 1
changer ±2 steps, Outdoor
B4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
B4.1 No 2
complete with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
B4.2 No 2
enough for whole station)
Complete DC Distribution Panel with auto
B4.3 selection breaker to accommodate the two DC No 1
source. 100 A

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 82

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Complete AC Distribution Panel for Station
B4.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
B5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
2
1Cx300mm 33kV, XLPE/SWA/PVC Cu to
B5.1 m 300
connect from B1.2 to B3.1
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
B5.2 connect from 1.1 to Freetown 161 Incomer m 480
Feeder

1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid


B5.3 4 cores per phase) from B3.1 to B2.1 (Only one m 600
transformer to be connected in this contract)

3Cx240mm2 11kV XLPE/SWA/PVC Cu for


B5.4 m 900
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
B5.5 m 70
connection to Station Transformer
4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
B5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of
B5.7 No 4
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
B5.8 No 12
240mm2)
11kV Cable single core Termination kits (set of
B5.9 No 8
3--phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
B5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
B5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations
B5.12 Lot 1
& Markings
Protection & Control Cables C/W Terminations
B5.13 Lot 1
& Markings
B6 MISCELLANEOUS WORKS
B6.1 Substation Earth grid complete Lot 1
B6.2 Outdoor lighting for switchyard Lot 1
B6.3 Substation Lightening protection system Lot 1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 83

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
complete
B6.4 Fire detection and protection system Lot 1
B7 HVAC
B7.1 5HP Free stand Type Split AC No 4

Sub-Total (Schedule B) carried to Summary

Schedule C: CLINE TOWN 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
C1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers, Voltage transformer,
C1.1 Protection Relays, Controls, and 3-Phase No 4
Ammeter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers, Voltage transformer,
Protection Relays and Controls, Multi-
C1.2 No 2
functional meter (A, V), 3-phase 4 - wire
Energy and KVA demand Meter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
C1.3 No 1
differential protection), Protection Relays and
Controls, measuring equipment. etc. as per
detailed Scope of Works.
Measuring panel c/w Voltage transformer and
C1.4 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
C2 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
C2.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
C3 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
2
1Cx300mm 33kV, XLPE/SWA/PVC Cu to
C3.1 m 300
connect from C1.2 to C3.1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 84

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
1Cx300mm2 33kV, XLPE/SWA/PVC Cu for
C3.2 m 1,200
connection to feeders
33kV Cable single core Termination kits (set of
C3.3 No 10
3-phase, 300mm2)
Cables for auxiliary Systems c/w Terminations
C3.4 Lot 1
& Markings
Protection & Control Cables C/W Terminations
C3.5 Lot 1
& Markings

Sub-Total (Schedule C) carried to Summary

Schedule D: FALCON BRIDGE 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
D1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers, Voltage transformer,
D1.1 Protection Relays, Controls, and 3-Phase No 4
Ammeter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers, Voltage transformer,
Protection Relays and Controls, Multi-
D1.2 No 2
functional meter (A, V), 3-phase 4 - wire
Energy and KVA demand Meter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
D1.3 No 1
differential protection), Protection Relays and
Controls, measuring equipment. etc. as per
detailed Scope of Works.
Measuring panel c/w Voltage transformer and
D1.4 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
D2 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
D2.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 85

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
D3 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
D3.1 complete to be coupled as Redundancy with No 1
existing DC system
110V DC 100Ah Battery Bank (Capacity to be
D3.2 No 1
enough for whole station)
D3.3 Complete DC Distribution Panel, 100 A No 1
Complete AC Distribution Panel for Station
D3.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
D4 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
2
1Cx300mm 33kV, XLPE/SWA/PVC Cu to
D4.1 m 450
connect from D1.2 to D2.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
D4.2 m 1,200
connection to feeders
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid
4 cores per phase) from D2.1 to existing 11kV
D4.3 m 600
switchgear transformer incomer (Only one
transformer to be connected in this contract)
33kV Cable single core Termination kits (set of
D4.4 No 10
3-phase, 300mm2)
11kV Cable single core Termination kits (set of
D4.5 No 8
3-phase, 300mm2)
Cables for auxiliary Systems c/w Terminations
D4.6 Lot 1
& Markings
Protection & Control Cables C/W Terminations
D4.7 Lot 1
& Markings
D5 MISCELLANEOUS WORKS
Substation Earth grid complete to be meshed
D5.1 Lot 1
with existing
D5.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
D5.3 Lot 1
complete
D5.4 Fire detection and protection system Lot 1
D6 HVAC
D6.1 5HP Free stand Type Split AC No 4

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 86

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]

Sub-Total (Schedule D) carried to Summary

Schedule E: JUI 33/11KV SUBSTATION (Please refer to relevant S/S drawings)


33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Double Bus bars, INDOOR METAL-CLAD
E1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum, Motorized Circuit Breaker c/w two
no. of bus bar selection motorized isolator
switches, Current Transformers, Voltage
E1.1 No 6
transformer, Protection Relays, Controls, and
3-Phase Ammeter, Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w two
nos. of bus bar selection motorized isolator
switches, Current Transformers, Voltage
E1.2 transformer, Protection Relays and Controls, No 2
Multi-functional meter (A, V), 3-phase 4 - wire
Energy and KVA demand Meter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
E1.3 No 1
differential protection), Protection Relays and
Controls, measuring equipment, measuring
equipment. etc. as per detailed Scope of Works.
Bus Coupler Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
E1.4 No 2
differential protection), Protection Relays and
Controls, measuring equipment, measuring
equipment. etc. as per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
E1.5 Busbar earthing switch and measuring No 3
equipment. etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
E2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV,
2500A Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays and
E2.1 No 2
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed
Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 87

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Feeder Cubicle with 12kV, 630A Vacuum
Circuit Breaker c/w Current Transformers,
Protection Relays, Controls and 3-Phase
E2.2 No 8
Ammeter and Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
Transformers (two sets for bus differential
E2.3 No 1
protection), Protection Relays and controls,
measuring equipment. etc. as per detailed
Scope of Works.
Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays, Controls, 3-
E2.4 No 1
Phase Ammeter and Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
E2.5 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
E3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
E3.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
Station Service Transformer: 11/0.4kV,
E3.2 100KVA, ONAN, Dyn11 c/w no-load tap No 1
changer ±2 steps, Outdoor
E4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
E4.1 No 2
complete with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
E4.2 No 2
enough for whole station)
Complete DC Distribution Panel with auto
E4.3 selection breaker to accommodate the two DC No 1
source. 100 A
Complete AC Distribution Panel for Station
E4.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
E5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 88

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
E5.1 m 300
connect from E1.2 to E3.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
E5.2 m 1,800
connection to feeders

1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid


E5.3 4 cores per phase) from E3.1 to E2.1 (Only one m 600
transformer to be connected in this contract)

3Cx240mm2 11kV XLPE/SWA/PVC Cu for


E5.4 m 800
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
E5.5 m 70
connection to Station Transformer
4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
E5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of
E5.7 No 14
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
E5.8 No 16
240mm2)
11kV Cable single core Termination kits (set of
E5.9 No 8
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
E5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
E5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations
E5.12 Lot 1
& Markings
Protection & Control Cables C/W Terminations
E5.13 Lot 1
& Markings
E6 MISCELLANEOUS WORKS
E6.1 Substation Earth grid complete Lot 1
E6.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
E6.3 Lot 1
complete
E6.4 Fire detection and protection system Lot 1
E7 HVAC
E7.1 5HP Free stand Type Split AC No 4

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 89

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]

Sub-Total (Schedule E) carried to Summary

Schedule F: WATERLOO 33/11KV SUBSTATION (Please refer to relevant S/S drawings)


33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Double Bus bars, INDOOR METAL-CLAD
F1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum, Motorized Circuit Breaker c/w two
no. of bus bar selection motorized isolator
switches, Current Transformers, Voltage
F1.1 No 6
transformer, Protection Relays, Controls, and
3-Phase Ammeter, Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w two
nos. of bus bar selection motorized isolator
switches, Current Transformers, Voltage
F1.2 transformer, Protection Relays and Controls, No 2
Multi-functional meter (A, V), 3-phase 4 - wire
Energy and KVA demand Meter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
F1.3 No 1
differential protection), Protection Relays and
Controls, measuring equipment, measuring
equipment. etc. as per detailed Scope of Works.
Bus Coupler Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w
Current Transformers (two sets for bus
F1.4 No 2
differential protection), Protection Relays and
Controls, measuring equipment, measuring
equipment. etc. as per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
F1.5 Busbar earthing switch and measuring No 3
equipment. etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
F2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV,
2500A Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays and
F2.1 No 2
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed
Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 90

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Feeder Cubicle with 12kV, 630A Vacuum
Circuit Breaker c/w Current Transformers,
Protection Relays, Controls and 3-Phase
F2.2 No 8
Ammeter and Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
Transformers (two sets for bus differential
F2.3 No 1
protection), Protection Relays and controls,
measuring equipment. etc. as per detailed
Scope of Works.
Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays, Controls, 3-
F2.4 No 1
Phase Ammeter and Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
F2.5 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
F3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
F3.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
Station Service Transformer: 11/0.4kV,
F3.2 100KVA, ONAN, Dyn11 c/w no-load tap No 1
changer ±2 steps, Outdoor
F4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
F4.1 No 2
complete with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
F4.2 No 2
enough for whole station)
Complete DC Distribution Panel Complete
F4.3 with auto selection breaker to accommodate the No 1
two DC source. 100 A
Complete AC Distribution Panel for Station
F4.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
F5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 91

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad

Unit
Total Price2
Qty Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
F5.1 m 300
connect from F1.2 to F3.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
F5.2 m 1,800
connection to feeders
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid
F5.3 4 cores per phase) from F3.1 to F2.1 (Only one m 600
transformer to be connected in this contract)
3Cx240mm2 11kV XLPE/SWA/PVC Cu for
F5.4 m 800
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
F5.5 m 70
connection to Station Transformer
4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
F5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of
F5.7 No 14
3-phase, 240mm2)
11kV Cable Termination kits (set of 3-phase,
F5.8 No 16
240mm2)
11kV Cable single core Termination kits (set of
F5.9 No 8
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
F5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
F5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations
F5.12 Lot 1
& Markings
Protection & Control Cables C/W Terminations
F5.13 Lot 1
& Markings
F6 MISCELLANEOUS WORKS
F6.1 Substation Earth grid complete Lot 1
F6.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
F6.3 Lot 1
complete
F6.4 Fire detection and protection system Lot 1
F7 HVAC
F7.1 5HP Free stand Type Split AC No 4
Sub-Total (Schedule F) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 92

SCHEDULE OF RATES AND PRICES


Energy Sector Utility Reform Project (ESURP)
SCHEDULE No. 1 (Summary): Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Item Description Total Price2

1.1 Total Schedule 1 A: FREETOWN 161kV SUBSTATION


1.2 Total Schedule 1 B: ABERDEEN 33/11KV SUBSTATION
1.3 Total Schedule 1 C: CLINE TOWN 33/11KV SUBSTATION
1.4 Total Schedule 1 D: FALCON BRIDGE 33/11KV SUBSTATION
1.5 Total Schedule 1 E: JUI 33/11KV SUBSTATION
1.6 Total Schedule 1 F: WATERLOO 33/11KV SUBSTATION
Total Schedule 1 (to Schedule 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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 93

Country of Origin Declaration Form

Item Description Code Country

Name of Bidder _______________________

Signature of Bidder _________________________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 94

Schedule No. 2. Plant and Mandatory Spare Parts Supplied from


Within the Employer’s Country
SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Schedule A: FREETOWN 161kV SUBSTATION (Please refer to relevant S/S drawings)
A1 161kV SWITCHYARD
161/33kV, 35/40MVA, ONAN/ONAF, YNyn0
A1.1 Transformer c/w On Load Tap Changer (OLTC), No 1
HV and LV Surge Arresters
161kV, 630A, 31.5 kA, 3s, SF6 Circuit Breaker with
A1.2 remote and local control (set of 3-phase) c/w steel Set 1
supporting structures

161kV, 1250A, 31.5kA, 3s disconnect switch (set of


3-phase), motorized and manual operating
A1.3 mechanism suitable for gantry mounting, c/w Set 1
operating platforms, grounding mats and supporting
structures

161kV, 1250A, 31.5kA, 3s Pantograph break


disconnect (set of 3-phase), motorized and manual
A1.4 operating mechanism suitable for gantry mounting, Set 2
c/w operating platforms, grounding mats and
supporting structures

161kV O/D Current Transformer (200-100/1/1/1A)


A1.5 Set 1
(set of 3-phase) c/w steel supporting structures

161kV Voltage Transformers (set of 3-phase) c/w


A1.6 Set 1
steel supporting structures
161kV Surge Arrester (set of 3-phase) c/w steel
A1.7 Set 1
supporting structures
A2 161kV BUS BAR SYSTEM
Tubular busbar system including frames, clamps,
A2.1 Set 2
c/w steel supporting structures

A2.2 161kV Post Insulators c/w clamps, connectors, etc. No 24

Connection to gantries: Conductors, clamps,


A2.3 Lot 1
insulators, earthing, etc.
Metering, Protection & Control Panel boards with control switches (Local/Remote, Close/Open),
A3 Alarm system, Digital Indication Metering (Ammeter, Voltmeter, Thermometer), Secondary Injection
test facilities etc. fully wired to include but not limited to the following:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 95

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]

For Transformer Panel: Protection: 87T, 50/51,


50N/51N, Automatic Voltage Regulator (AVR),
auxiliary relays and secondary injection test facilities
A3.1 Set 1
for the 161/33kV, 35/40MVA Power Transformers,
Multi-functional meter, 3-phase 4 - wire Energy and
KVA demand Meter etc.

For 33kV Line Panels: Protection: 67/50/51,


67N/50N/51N, 79 and secondary test injection
A3.2 Set 3
facilities, Multi-functional meter, 3-phase 4 - wire
Energy Meter
For 33kV Bus Section Panel: Protection:
87/67/50/51, 67N/50N/51N, 79 and secondary test
A3.3 Set 1
injection facilities, Multi-functional meter, 3-phase 4
- wire Energy Meter
33kV Low Impedance type bus bar protection
(LIBBP) with integrated Breaker Fail Protection, 3-
A3.4 Set 1
phase OC and EF protection and under and over
voltage protection relays
Settlement metering system for the new 33kV
A3.5 Lot 1
incomer from new 161/33kV Power Transformer.
Integration of Protection system with existing
A3.6 system, Control & Auxiliary Cable Systems Lot 1
(Including Terminations & Markings)
Upgrade and extension of existing Substation Event
A3.7 and Data Recording System as per detailed Scope of Lot 1
Works
A4 33kV SWITCHYARD
33kV O/D 1250A, 25kA 3s Motorized Line Isolator
A4.1 (set of 3-phase) with Earth Switch c/w with support Set 4
structures
33kV O/D 1250A, 25kA 3s Motorized Bus Isolator
A4.2 (set of 3-phase) with Earth Switch c/w with support Set 6
structures

33kV O/D 1250A, 25kA 3s SF6 Circuit Breaker with


A4.3 remote and local control (set of 3-phase) c/w with Set 5
support structures
33kV O/D Current Transformer (set of 3-phase)
A4.4 Set 6
(400-800/1/1/1A) c/w support structures
33kV O/D Voltage Transformer (set of 3-phase) c/w
A4.5 Set 1
support structures

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 96

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


33kV O/D 1250A, 25kA, 3s Rigid Bus bar c/w
A4.6 Set 1
Support Structure
33kV O/D Surge Arrester (set of 3-phase) c/w all
A4.7 Set 5
accessories

A4.8 33kV Post Insulators c/w clamps, connectors, etc. No 40

A5 AC AND DC SUPPLY
A5.1 DC Distribution Panel 110V DC No 1

A5.2 AC Distribution Panel, 100A, 230/400 V - 50Hz No 1

A6 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES


2
300mm 33kV, single core XLPE/SWA/PVC Cu
A6.1 (laid 1 core per phase) to connect feeders to the OH m 900
Line feeders

300mm2 33kV, single core XLPE/SWA/PVC Cu


A6.2 (laid 2 cores per phase) to connect item A1.1 to item m 150
A4.1
33kV Cable Termination kits (set of 1-phase,
A6.3 No 30
300mm2)
Cables for auxiliary Systems c/w Terminations &
A6.4 Lot 1
Markings
Protection & Control Cables C/W Terminations &
A6.5 Lot 1
Markings
A7 MISCELLANEOUS WORKS
Upgrade and Extension of existing Outdoor lighting
A7.1 Lot 1
for switchyard as per detailed Scope of Works
Upgrade and Extension of existing Substation
A7.2 Lightening protection system complete as per Lot 1
detailed Scope of Works
Upgrade and Extension of Existing Substation
A7.3
earthing system complete consisting of:
- 95sq. mm stranded bare cupper conductor m 600
- 30 x 3mm cupper flat tapes m 120
- 20mm diameter and 3.0 meters long earth rods No 25

Sub-Total (Schedule A) carried to Summary

Schedule B: ABERDEEN 33/11KV SUBSTATION (Please refer to relevant S/S drawings)


33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
B1
SWITCHGEAR LINEUP COMPRISING :)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 97

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Line/Feeder Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
B1.1 No 2
Relays, Controls, and 3-Phase Ammeter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
Relays and Controls, Multi-functional meter (A, V),
B1.2 No 2
3-phase 4 - wire Energy and KVA demand Meter,
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
B1.3 No 1
protection), Protection Relays and Controls,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
B1.4 Busbar earthing switch and measuring equipment. No 2
etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
B2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current Transformers,
B2.1 Protection Relays and Capacitive insulator with No 2
voltage indicator, measuring equipment. etc. as per
detailed Scope of Works.
Feeder Cubicle with 12kV, 630A Vacuum Circuit
Breaker c/w Current Transformers, Protection
Relays, Controls and 3-Phase Ammeter and
B2.2 No 6
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current Transformers
B2.3 (two sets for bus differential protection), Protection No 1
Relays and controls, measuring equipment. etc. as
per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 98

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current Transformers,
Protection Relays, Controls, 3-Phase Ammeter and
B2.4 No 1
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
B2.5 Busbar earthing switch and measuring equipment. No 2
etc. as per detailed Scope of Works.
B3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ± 8
B3.1 No 1
steps), HV and LV surge arresters, TPI and AVR
panel
Station Service Transformer: 11/0.4kV, 100KVA,
B3.2 ONAN, Dyn11 c/w no-load tap changer ±2 steps, No 1
Outdoor
B4
110V DC/100A Battery Charger, Rectifier complete
B4.1 No 2
with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
B4.2 No 2
enough for whole station)

Complete DC Distribution Panel with auto selection


B4.3 No 1
breaker to accommodate the two DC source. 100 A

Complete AC Distribution Panel for Station


B4.4 No 1
Auxiliary supply 400/230V, 50Hz, 100A, 16 way

B5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES


1Cx300mm2 33kV, XLPE/SWA/PVC Cu to connect
B5.1 m 300
from B1.2 to B3.1
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to connect
B5.2 m 480
from 1.1 to Freetown 161 Incomer Feeder

1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4


B5.3 cores per phase) from B3.1 to B2.1 (Only one m 600
transformer to be connected in this contract)

3Cx240mm2 11kV XLPE/SWA/PVC Cu for


B5.4 m 900
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
B5.5 m 70
connection to Station Transformer

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 99

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


2
4Cx70mm 0.4kV XLPE/SWA/PVC Cu for
B5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of 3-
B5.7 No 4
phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
B5.8 No 12
240mm2)
11kV Cable single core Termination kits (set of 3--
B5.9 No 8
phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
B5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
B5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations &
B5.12 Lot 1
Markings
Protection & Control Cables C/W Terminations &
B5.13 Lot 1
Markings
B6 MISCELLANEOUS WORKS
B6.1 Substation Earth grid complete Lot 1
B6.2 Outdoor lighting for switchyard Lot 1
B6.3 Substation Lightening protection system complete Lot 1
B6.4 Fire detection and protection system Lot 1
B7 HVAC
B7.1 5HP Free stand Type Split AC No 4

Sub-Total (Schedule B) carried to Summary

Schedule C: CLINE TOWN 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
C1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
C1.1 No 4
Relays, Controls, and 3-Phase Ammeter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 100

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
Relays and Controls, Multi-functional meter (A, V),
C1.2 No 2
3-phase 4 - wire Energy and KVA demand Meter,
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
C1.3 No 1
protection), Protection Relays and Controls,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
C1.4 Busbar earthing switch and measuring equipment. No 2
etc. as per detailed Scope of Works.
C2 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ± 8
C2.1 No 1
steps), HV and LV surge arresters, TPI and AVR
panel
C3 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to connect
C3.1 m 300
from C1.2 to C3.1
1Cx300mm2 33kV, XLPE/SWA/PVC Cu for
C3.2 m 1,200
connection to feeders
33kV Cable single core Termination kits (set of 3-
C3.3 No 10
phase, 300mm2)
Cables for auxiliary Systems c/w Terminations &
C3.4 Lot 1
Markings
Protection & Control Cables C/W Terminations &
C3.5 Lot 1
Markings

Sub-Total (Schedule C) carried to Summary

Schedule D: FALCON BRIDGE 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
D1
SWITCHGEAR LINEUP COMPRISING :)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 101

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Line/Feeder Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
D1.1 No 4
Relays, Controls, and 3-Phase Ammeter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
Relays and Controls, Multi-functional meter (A, V),
D1.2 No 2
3-phase 4 - wire Energy and KVA demand Meter,
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
D1.3 No 1
protection), Protection Relays and Controls,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
D1.4 Busbar earthing switch and measuring equipment. No 2
etc. as per detailed Scope of Works.
D2 TRANSFORMERS

33/11kV, 20/26MVA, ONAN/ONAF, Dyn11


D2.1 Transformer c/w On-load tap changer (OLTC ± 8 No 1
steps), HV and LV surge arresters and AVR panel

D3 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier complete
D3.1 to be coupled as Redundancy with existing DC No 1
system
110V DC 100Ah Battery Bank (Capacity to be
D3.2 No 1
enough for whole station)
D3.3 Complete DC Distribution Panel, 100 A No 1

Complete AC Distribution Panel for Station


D3.4 No 1
Auxiliary supply 400/230V, 50Hz, 100A, 16 way

D4 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES


2
1Cx300mm 33kV, XLPE/SWA/PVC Cu to connect
D4.1 m 450
from D1.2 to D2.1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 102

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


1Cx300mm2 33kV XLPE/SWA/PVC Cu for
D4.2 m 1,200
connection to feeders
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4
cores per phase) from D2.1 to existing 11kV
D4.3 m 600
switchgear transformer incomer (Only one
transformer to be connected in this contract)
33kV Cable single core Termination kits (set of 3-
D4.4 No 10
phase, 300mm2)
11kV Cable single core Termination kits (set of 3-
D4.5 No 8
phase, 300mm2)
Cables for auxiliary Systems c/w Terminations &
D4.6 Lot 1
Markings
Protection & Control Cables C/W Terminations &
D4.7 Lot 1
Markings
D5 MISCELLANEOUS WORKS
Substation Earth grid complete to be meshed with
D5.1 Lot 1
existing
D5.2 Outdoor lighting for switchyard Lot 1
D5.3 Substation Lightening protection system complete Lot 1
D5.4 Fire detection and protection system Lot 1
D6 HVAC
D6.1 5HP Free stand Type Split AC No 4

Sub-Total (Schedule D) carried to Summary

Schedule E: JUI 33/11KV SUBSTATION (Please refer to relevant S/S drawings)


33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Double Bus bars, INDOOR METAL-CLAD
E1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A Vacuum,
Motorized Circuit Breaker c/w two no. of bus bar
selection motorized isolator switches, Current
E1.1 Transformers, Voltage transformer, Protection No 6
Relays, Controls, and 3-Phase Ammeter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 103

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w two nos. of bus bar
selection motorized isolator switches, Current
Transformers, Voltage transformer, Protection
E1.2 Relays and Controls, Multi-functional meter (A, V), No 2
3-phase 4 - wire Energy and KVA demand Meter,
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
E1.3 No 1
protection), Protection Relays and Controls,
measuring equipment, measuring equipment. etc. as
per detailed Scope of Works.
Bus Coupler Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current Transformers
(two sets for bus differential protection), Protection
E1.4 No 2
Relays and Controls, measuring equipment,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
E1.5 Busbar earthing switch and measuring equipment. No 3
etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
E2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current Transformers,
E2.1 Protection Relays and Capacitive insulator with No 2
voltage indicator, measuring equipment. etc. as per
detailed Scope of Works.
Feeder Cubicle with 12kV, 630A Vacuum Circuit
Breaker c/w Current Transformers, Protection
Relays, Controls and 3-Phase Ammeter and
E2.2 No 8
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current Transformers
E2.3 (two sets for bus differential protection), Protection No 1
Relays and controls, measuring equipment. etc. as
per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 104

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current Transformers,
Protection Relays, Controls, 3-Phase Ammeter and
E2.4 No 1
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
E2.5 Busbar earthing switch and measuring equipment. No 2
etc. as per detailed Scope of Works.
E3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ± 8
E3.1 No 1
steps), HV and LV surge arresters, TPI and AVR
panel
Station Service Transformer: 11/0.4kV, 100KVA,
E3.2 ONAN, Dyn11 c/w no-load tap changer ±2 steps, No 1
Outdoor
E4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier complete
E4.1 No 2
with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
E4.2 No 2
enough for whole station)

Complete DC Distribution Panel with auto selection


E4.3 No 1
breaker to accommodate the two DC source. 100 A

Complete AC Distribution Panel for Station


E4.4 No 1
Auxiliary supply 400/230V, 50Hz, 100A, 16 way

E5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES


2
1Cx300mm 33kV, XLPE/SWA/PVC Cu to connect
E5.1 m 300
from E1.2 to E3.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
E5.2 m 1,800
connection to feeders

1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4


E5.3 cores per phase) from E3.1 to E2.1 (Only one m 600
transformer to be connected in this contract)

3Cx240mm2 11kV XLPE/SWA/PVC Cu for


E5.4 m 800
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
E5.5 m 70
connection to Station Transformer

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 105

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
E5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of 3-
E5.7 No 14
phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
E5.8 No 16
240mm2)
11kV Cable single core Termination kits (set of 3-
E5.9 No 8
phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
E5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
E5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations &
E5.12 Lot 1
Markings
Protection & Control Cables C/W Terminations &
E5.13 Lot 1
Markings
E6 MISCELLANEOUS WORKS
E6.1 Substation Earth grid complete Lot 1
E6.2 Outdoor lighting for switchyard Lot 1
E6.3 Substation Lightening protection system complete Lot 1
E6.4 Fire detection and protection system Lot 1
E7 HVAC
E7.1 5HP Free stand Type Split AC No 4

Sub-Total (Schedule E) carried to Summary

Schedule F: WATERLOO 33/11KV SUBSTATION (Please refer to relevant S/S drawings)


33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Double Bus bars, INDOOR METAL-CLAD
F1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A Vacuum,
Motorized Circuit Breaker c/w two no. of bus bar
selection motorized isolator switches, Current
F1.1 Transformers, Voltage transformer, Protection No 6
Relays, Controls, and 3-Phase Ammeter, Capacitive
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 106

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w two nos. of bus bar
selection motorized isolator switches, Current
Transformers, Voltage transformer, Protection
F1.2 Relays and Controls, Multi-functional meter (A, V), No 2
3-phase 4 - wire Energy and KVA demand Meter,
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
F1.3 No 1
protection), Protection Relays and Controls,
measuring equipment, measuring equipment. etc. as
per detailed Scope of Works.
Bus Coupler Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current Transformers
(two sets for bus differential protection), Protection
F1.4 No 2
Relays and Controls, measuring equipment,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
F1.5 Busbar earthing switch and measuring equipment. No 3
etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
F2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current Transformers,
F2.1 Protection Relays and Capacitive insulator with No 2
voltage indicator, measuring equipment. etc. as per
detailed Scope of Works.
Feeder Cubicle with 12kV, 630A Vacuum Circuit
Breaker c/w Current Transformers, Protection
Relays, Controls and 3-Phase Ammeter and
F2.2 No 8
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current Transformers
F2.3 (two sets for bus differential protection), Protection No 1
Relays and controls, measuring equipment. etc. as
per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 107

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current Transformers,
Protection Relays, Controls, 3-Phase Ammeter and
F2.4 No 1
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope of
Works.
Measuring panel c/w Voltage transformer and
F2.5 Busbar earthing switch and measuring equipment. No 2
etc. as per detailed Scope of Works.
F3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ± 8
F3.1 No 1
steps), HV and LV surge arresters, TPI and AVR
panel
Station Service Transformer: 11/0.4kV, 100KVA,
F3.2 ONAN, Dyn11 c/w no-load tap changer ±2 steps, No 1
Outdoor
F4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier complete
F4.1 No 2
with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
F4.2 No 2
enough for whole station)
Complete DC Distribution Panel Complete with auto
F4.3 selection breaker to accommodate the two DC No 1
source. 100 A

Complete AC Distribution Panel for Station


F4.4 No 1
Auxiliary supply 400/230V, 50Hz, 100A, 16 way

F5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES


1Cx300mm2 33kV, XLPE/SWA/PVC Cu to connect
F5.1 m 300
from F1.2 to F3.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
F5.2 m 1,800
connection to feeders

1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4


F5.3 cores per phase) from F3.1 to F2.1 (Only one m 600
transformer to be connected in this contract)

3Cx240mm2 11kV XLPE/SWA/PVC Cu for


F5.4 m 800
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
F5.5 m 70
connection to Station Transformer

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 108

SCHEDULE No. 2: Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country

EXW Unit EXW Total


Qty Price1 Price1
Item DESCRIPTION Unit

[1] [2] [3] = [1]x[2]


4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
F5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of 3-
F5.7 No 14
phase, 240mm2)
11kV Cable Termination kits (set of 3-phase,
F5.8 No 16
240mm2)
11kV Cable single core Termination kits (set of 3-
F5.9 No 8
phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
F5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
F5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations &
F5.12 Lot 1
Markings
Protection & Control Cables C/W Terminations &
F5.13 Lot 1
Markings
F6 MISCELLANEOUS WORKS
F6.1 Substation Earth grid complete Lot 1
F6.2 Outdoor lighting for switchyard Lot 1
F6.3 Substation Lightening protection system complete Lot 1
F6.4 Fire detection and protection system Lot 1
F7 HVAC
F7.1 5HP Free stand Type Split AC No 4
Sub-Total (Schedule F) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 109

SCHEDULE OF RATES AND PRICES


Energy Sector Utility Reform Project (ESURP)
SCHEDULE No. 2 (Summary): Plant and Mandatory Spare Parts Supplied from Within the
Employer’s Country
Item Description Total Price1
1.1 Total Schedule 2 A: FREETOWN 161kV SUBSTATION
1.2 Total Schedule 2 B: ABERDEEN 33/11KV SUBSTATION
1.3 Total Schedule 2 C: CLINE TOWN 33/11KV SUBSTATION
1.4 Total Schedule 2 D: FALCON BRIDGE 33/11KV SUBSTATION
1.5 Total Schedule 2 E: JUI 33/11KV SUBSTATION
1.6 Total Schedule 2 F: WATERLOO 33/11KV SUBSTATION
Total Schedule 2 (to Schedule 5 Grand Summary)

Name of Bidder _________________________

Signature of Bidder _________________________

1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 18.1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 110

Schedule No. 3. Design Services


SCHEDULE No. 3 Design Services including but not limited to: foundations for major equipment
as applicable, substation layout and detailed design as applicable, electrical wiring, cable routes, as
built drawings, etc.
The bidders are at liberty to itemize the engineering design works (earth grid designs, foundation
designs, detailed electrical designs etc. as outlined in Section VI; Employer’s Requirements, Scope of
Works, Design Services), necessary for completing the works. Otherwise, it will be deemed to have been
included in the corresponding items in the other schedules.
Unit Total
Item Description Unit Qty
Price1 Price1
3.1 Geotechnical Soil Investigation Lot 1
3.2 Substation - Civil Design Lot 1
3.3 Substation - Electro Mechanical Design Lot 1
3.4
3.5
Total Schedule 3 (to Schedule 5. Grand Summary)

Name of Bidder: ______________________________

Signature of Bidder: ____________________________

1 Specify currency in accordance with ITB 18

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 111

Schedule No. 4. Installation and Other Services


SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Schedule A: FREETOWN 161kV SUBSTATION (Please refer to relevant S/S drawings)
A1 161kV SWITCHYARD
161/33kV, 35/40MVA, ONAN/ONAF, YNyn0
A1.1 Transformer c/w On Load Tap Changer (OLTC), No 1
HV and LV Surge Arresters
161kV, 630A, 31.5 kA, 3s, SF6 Circuit Breaker
A1.2 with remote and local control (set of 3-phase) Set 1
c/w steel supporting structures
161kV, 1250A, 31.5kA, 3s disconnect switch
(set of 3-phase), motorized and manual operating
A1.3 mechanism suitable for gantry mounting, c/w Set 1
operating platforms, grounding mats and
supporting structures
161kV, 1250A, 31.5kA, 3s Pantograph break
disconnect (set of 3-phase), motorized and
A1.4 manual operating mechanism suitable for gantry Set 2
mounting, c/w operating platforms, grounding
mats and supporting structures
161kV O/D Current Transformer (200-
A1.5 100/1/1/1A) (set of 3-phase) c/w steel supporting Set 1
structures
161kV Voltage Transformers (set of 3-phase)
A1.6 Set 1
c/w steel supporting structures
161kV Surge Arrester (set of 3-phase) c/w steel
A1.7 Set 1
supporting structures
A2 161kV BUS BAR SYSTEM
Tubular busbar system including frames, clamps,
A2.1 Set 2
c/w steel supporting structures
161kV Post Insulators c/w clamps, connectors,
A2.2 No 24
etc.
Connection to gantries: Conductors, clamps,
A2.3 Lot 1
insulators, earthing, etc.
Metering, Protection & Control Panel boards with control switches (Local/Remote, Close/Open), Alarm
A3 system, Digital Indication Metering (Ammeter, Voltmeter, Thermometer), Secondary Injection test
facilities etc. fully wired to include but not limited to the following:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 112

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
For Transformer Panel: Protection: 87T, 50/51,
50N/51N, Automatic Voltage Regulator (AVR),
auxiliary relays and secondary injection test
A3.1 Set 1
facilities for the 161/33kV, 35/40MVA Power
Transformers, Multi-functional meter, 3-phase 4
- wire Energy and KVA demand Meter etc.
For 33kV Line Panels: Protection: 67/50/51,
67N/50N/51N, 79 and secondary test injection
A3.2 Set 3
facilities, Multi-functional meter, 3-phase 4 -
wire Energy Meter
For 33kV Bus Section Panel: Protection:
87/67/50/51, 67N/50N/51N, 79 and secondary
A3.3 Set 1
test injection facilities, Multi-functional meter,
3-phase 4 - wire Energy Meter
33kV Low Impedance type bus bar protection
(LIBBP) with integrated Breaker Fail Protection,
A3.4 Set 1
3-phase OC and EF protection and under and
over voltage protection relays
Settlement metering system for the new 33kV
A3.5 incomer from new 161/33kV Power Lot 1
Transformer.
Integration of Protection system with existing
A3.6 system, Control & Auxiliary Cable Systems Lot 1
(Including Terminations & Markings)
Upgrade and extension of existing Substation
A3.7 Event and Data Recording System as per Lot 1
detailed Scope of Works
A4 33kV SWITCHYARD
33kV O/D 1250A, 25kA 3s Motorized Line
A4.1 Isolator (set of 3-phase) with Earth Switch c/w Set 4
with support structures
33kV O/D 1250A, 25kA 3s Motorized Bus
A4.2 Isolator (set of 3-phase) with Earth Switch c/w Set 6
with support structures
33kV O/D 1250A, 25kA 3s SF6 Circuit Breaker
A4.3 with remote and local control (set of 3-phase) Set 5
c/w with support structures
33kV O/D Current Transformer (set of 3-phase)
A4.4 Set 6
(400-800/1/1/1A) c/w support structures

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 113

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
33kV O/D Voltage Transformer (set of 3-phase)
A4.5 Set 1
c/w support structures
33kV O/D 1250A, 25kA, 3s Rigid Bus bar c/w
A4.6 Set 1
Support Structure
33kV O/D Surge Arrester (set of 3-phase) c/w all
A4.7 Set 5
accessories
33kV Post Insulators c/w clamps, connectors,
A4.8 No 40
etc.
A5 AC AND DC SUPPLY
A5.1 DC Distribution Panel 110V DC No 1
A5.2 AC Distribution Panel, 100A, 230/400 V - 50Hz No 1
A6 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
2
300mm 33kV, single core XLPE/SWA/PVC Cu
A6.1 (laid 1 core per phase) to connect feeders to the m 900
OH Line feeders
300mm2 33kV, single core XLPE/SWA/PVC Cu
A6.2 (laid 2 cores per phase) to connect item A1.1 to m 150
item A4.1
33kV Cable Termination kits (set of 1-phase,
A6.3 No 30
300mm2)
Cables for auxiliary Systems c/w Terminations
A6.4 Lot 1
& Markings
Protection & Control Cables C/W Terminations
A6.5 Lot 1
& Markings
A7 MISCELLANEOUS WORKS
Upgrade and Extension of existing Outdoor
A7.1 lighting for switchyard as per detailed Scope of Lot 1
Works
Upgrade and Extension of existing Substation
A7.2 Lightening protection system complete as per Lot 1
detailed Scope of Works
Upgrade and Extension of Existing Substation
A7.3
earthing system complete consisting of:
- 95sq. mm stranded bare cupper conductor m 600
- 30 x 3mm cupper flat tapes m 120
- 20mm diameter and 3.0 meters long earth
No 25
rods

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 114

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
A8 CIVIL WORKS
A8.1 Substation Embankment Works
Demolishing of old equipment foundation &
A81.1. m3 20
structures and removal of debris from site
Excavate top soil from site and haul to spoil
A8.1.2 m3 150
heaps or dispose as directed
Excavate in any material except rock and haul to
A8.1.3 m3 150
spoil heaps or dispose as directed
Provide, lay and compact to any specified depth
A8.1.4 approved fill material in substation embankment m3 225
not exceeding 150mm thickness per layer.
A8.1.5 Outdoor Cable Trench with Concrete covers m 75
Supply and spreading of 40-60mm chippings of
A8.1.6 m3 55
100mm thickness to cover substation
Equipment Foundations including designs, excavation, rebar works, formwork, lean concrete, concrete,
A8.2
backfilling and compacting for the:
161/33kV, 35/40MVA Power Transformer
A8.2.1 No 1
including Firewall and Oil collection pit
A8.2.2 161kV, 630A, 31.5 kA, 3s, SF6 Circuit Breaker No 1
161kV, 1250A, 31.5kA, 3s disconnect with
A8.2.3 No 1
switch
161kV, 1250A, 31.5kA, 3s Pantograph break
A8.2.4 Set 2
disconnect (set of 3 phase)
A8.2.5 161kV O/D Current Transformer No 1
A8.2.6 161kV Voltage Transformers No 1
A8.2.7 161kV Surge Arrester (set of 3-phase) No 1
A8.2.8 161kV Post Insulators Lot 1
33kV O/D 1250A, 25kA 1s Motorized Line
A8.2.9 No 7
Isolator with Earth Switch
A8.2.10 33kV O/D 1250A, 25kA 1s SF6 Circuit Breaker No 5
A8.2.11 33kV O/D Current Transformer No 6
33kV O/D Voltage Transformer (set of 3-phase)
A8.2.12 No 1
c/w support structures
33kV O/D 1250A, 25kA, 1s Motorized Bus
A8.2.13 No 3
Isolator
A8.2.14 33kV O/D Surge Arrester No 5

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 115

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
A8.2.15 33kV Post Insulators (set of 3-phase) Lot 1
Sub-Total (Schedule A) carried to Summary
Schedule B: ABERDEEN 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
B1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
B1.1 Relays, Controls, and 3-Phase Ammeter, No 2
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope
of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
Relays and Controls, Multi-functional meter (A,
B1.2 No 2
V), 3-phase 4 - wire Energy and KVA demand
Meter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
B1.3 No 1
protection), Protection Relays and Controls,
measuring equipment. etc. as per detailed Scope
of Works.
Measuring panel c/w Voltage transformer and
B1.4 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
B2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
B2.1 Transformers, Protection Relays and Capacitive No 2
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 116

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Feeder Cubicle with 12kV, 630A Vacuum
Circuit Breaker c/w Current Transformers,
Protection Relays, Controls and 3-Phase
B2.2 No 6
Ammeter and Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
Transformers (two sets for bus differential
B2.3 No 1
protection), Protection Relays and controls,
measuring equipment. etc. as per detailed Scope
of Works.
Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays, Controls, 3-
B2.4 No 1
Phase Ammeter and Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
B2.5 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
B3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
B3.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
Station Service Transformer: 11/0.4kV,
B3.2 100KVA, ONAN, Dyn11 c/w no-load tap No 1
changer ±2 steps, Outdoor
B4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
B4.1 No 2
complete with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
B4.2 No 2
enough for whole station)
Complete DC Distribution Panel with auto
B4.3 selection breaker to accommodate the two DC No 1
source. 100 A
Complete AC Distribution Panel for Station
B4.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 117

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
B5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
B5.1 m 300
connect from B1.2 to B3.1
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
B5.2 connect from 1.1 to Freetown 161 Incomer m 480
Feeder
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4
B5.3 cores per phase) from B3.1 to B2.1 (Only one m 600
transformer to be connected in this contract)
3Cx240mm2 11kV XLPE/SWA/PVC Cu for
B5.4 m 900
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
B5.5 m 70
connection to Station Transformer
4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
B5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of
B5.7 No 4
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
B5.8 No 12
240mm2)
11kV Cable single core Termination kits (set of
B5.9 No 8
3--phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
B5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
B5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations
B5.12 Lot 1
& Markings
Protection & Control Cables C/W Terminations
B5.13 Lot 1
& Markings
B6 MISCELLANEOUS WORKS
B6.1 Substation Earth grid complete Lot 1
B6.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
B6.3 Lot 1
complete
B6.4 Fire detection and protection system Lot 1
B7 HVAC

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 118

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
B7.1 5HP Free stand Type Split AC No 4
B8 CIVIL WORKS
B8.1 Substation Embankment Works
Demolishing of old equipment foundation &
B81.1. m3 15
structures and removal of debris from site
Excavate top soil from site and haul to spoil
B8.1.2 m3 200
heaps or dispose as directed
Excavate in any material except rock and haul to
B8.1.3 m3 400
spoil heaps or dispose as directed
Provide, lay and compact to any specified depth
B8.1.4 approved fill material in substation embankment m3 600
not exceeding 150mm thickness per layer.
Substation Perimeter Drainage System, Lump
B8.1.5 LS 1
Sum
Perimeter Fencing (Block Wall) as per detailed
B8.1.6 m 150
Scope of Works
B8.1.7 Outdoor Cable Trench with Concrete covers m 45
Supply and spreading of 40-60mm chippings of
B8.1.8 m3 55
100mm thickness to cover substation
B8.2 Substation Buildings
Construct New Substation Building (ref. Dwg
B8.2.1 LS 1
No. ESURP/AF/ABN/02), Lump Sum
Construct New Customer Service Building (ref.
B8.2.2 Dwg No. ESURP-AF-ABN-02), Lump Sum per LS 1
Substation
Lighting & Small Power Electrical Installation
B8.2.3 LS 1
Lump Sum per Substation
Mechanical Installation (cold water, sewage,
B8.2.4 LS 1
sanitary appliances) Lump Sum per Substation
Equipment Foundations including designs, excavation, rebar works, formwork, lean concrete, concrete,
B8.3
backfilling and compacting for the:
33/11kV, 20/26MVA Power Transformer
B8.3.1 including Firewall, Oil collection pit and Chain No 1
link fence
11/0.4kV, 100KVA Station Service Transformer
B8.3.2 No 1
including Oil collection pit and Chain link fence
B8.4 Road Works

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 119

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Construction of 10m x75m bitumen surface
B8.4.1 access road from the main highway to Aberdeen Lot 1
Substation site
Construction of internal road and parking space
B8.4.2 Lot 1
(ref. Dwg. No. ESURP/AF/ABN/02)
Sub-Total (Schedule B) carried to Summary
Schedule C: CLINE TOWN 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
C1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
C1.1 Relays, Controls, and 3-Phase Ammeter, No 4
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope
of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
Relays and Controls, Multi-functional meter (A,
C1.2 No 2
V), 3-phase 4 - wire Energy and KVA demand
Meter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
C1.3 No 1
protection), Protection Relays and Controls,
measuring equipment. etc. as per detailed Scope
of Works.
Measuring panel c/w Voltage transformer and
C1.4 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
C2 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
C2.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
C3 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 120

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
C3.1 m 300
connect from C1.2 to C3.1
1Cx300mm2 33kV, XLPE/SWA/PVC Cu for
C3.2 m 1,200
connection to feeders
33kV Cable single core Termination kits (set of
C3.3 No 10
3-phase, 300mm2)
Cables for auxiliary Systems c/w Terminations
C3.4 Lot 1
& Markings
Protection & Control Cables C/W Terminations
C3.5 Lot 1
& Markings
Sub-Total (Schedule C) carried to Summary
Schedule D: FALCON BRIDGE 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Single Bus bars, INDOOR METAL-CLAD
D1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
D1.1 Relays, Controls, and 3-Phase Ammeter, No 4
Capacitive insulator with voltage indicator,
measuring equipment. etc. as per detailed Scope
of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers, Voltage transformer, Protection
Relays and Controls, Multi-functional meter (A,
D1.2 No 2
V), 3-phase 4 - wire Energy and KVA demand
Meter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
D1.3 No 1
protection), Protection Relays and Controls,
measuring equipment. etc. as per detailed Scope
of Works.
Measuring panel c/w Voltage transformer and
D1.4 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
D2 TRANSFORMERS

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 121

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
D2.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
D3 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
D3.1 complete to be coupled as Redundancy with No 1
existing DC system
110V DC 100Ah Battery Bank (Capacity to be
D3.2 No 1
enough for whole station)
D3.3 Complete DC Distribution Panel, 100 A No 1
Complete AC Distribution Panel for Station
D3.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
D4 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
D4.1 m 450
connect from D1.2 to D2.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
D4.2 m 1,200
connection to feeders
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4
cores per phase) from D2.1 to existing 11kV
D4.3 m 600
switchgear transformer incomer (Only one
transformer to be connected in this contract)
33kV Cable single core Termination kits (set of
D4.4 No 10
3-phase, 300mm2)
11kV Cable single core Termination kits (set of
D4.5 No 8
3-phase, 300mm2)
Cables for auxiliary Systems c/w Terminations
D4.6 Lot 1
& Markings
Protection & Control Cables C/W Terminations
D4.7 Lot 1
& Markings
D5 MISCELLANEOUS WORKS
Substation Earth grid complete to be meshed
D5.1 Lot 1
with existing
D5.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
D5.3 Lot 1
complete

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 122

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
D5.4 Fire detection and protection system Lot 1
D6 HVAC
D6.1 5HP Free stand Type Split AC No 4
D8 CIVIL WORKS
D8.1 Substation Embankment Works
Demolishing of old equipment foundation &
D81.1. m3 100
structures and removal of debris from site
Excavate top soil from site and haul to spoil
D8.1.2 m3 200
heaps or dispose as directed
Excavate in any material except rock and haul to
D8.1.3 m3 400
spoil heaps or dispose as directed
Provide, lay and compact to any specified depth
D8.1.4 approved fill material in substation embankment m3 600
not exceeding 150mm thickness per layer.
Substation Perimeter Drainage System, Lump
D8.1.5 LS 1
Sum
Perimeter Fencing (Chain Link) as per detailed
D8.1.6 m 150
Scope of Works
D8.1.7 Outdoor Cable Trench with Concrete covers m 45
Supply and spreading of 40-60mm chippings of
D8.1.8 m3 55
100mm thickness to cover substation
D8.2 Substation Buildings
Construct New 33kV Switchgear Substation
D8.2.1 Building (ref. Dwg No. ESURP/AF/FB/02 and LS 1
ESURP/AF/FB/03), Lump Sum per Substation
Lighting & Small Power Electrical Installation
D8.2.2 LS 1
Lump Sum per Substation
Mechanical Installation (cold water, sewage,
D8.2.3 LS 1
sanitary appliances) Lump Sum per Substation
Equipment Foundations including designs, excavation, rebar works, formwork, lean concrete, concrete,
D8.3
backfilling and compacting for the:
33/11kV, 20/26MVA Power Transformer
D8.3.1 including Firewall, Oil collection pit and Chain No 1
link fence
11/0.4kV, 100KVA Station Service Transformer
D8.3.2 No 1
including Oil collection pit and Chain link fence

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 123

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
D8.4 Road Works
Construction of 10m x75m bitumen surface
D8.4.1 access road from the main highway to Aberdeen Lot 1
Substation site
D8.4.2 Construction of internal road and parking space Lot 1

Sub-Total (Schedule D) carried to Summary


Schedule E: JUI 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Double Bus bars, INDOOR METAL-CLAD
E1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum, Motorized Circuit Breaker c/w two no.
of bus bar selection motorized isolator switches,
Current Transformers, Voltage transformer,
E1.1 No 6
Protection Relays, Controls, and 3-Phase
Ammeter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w two nos. of bus
bar selection motorized isolator switches,
Current Transformers, Voltage transformer,
E1.2 Protection Relays and Controls, Multi-functional No 2
meter (A, V), 3-phase 4 - wire Energy and KVA
demand Meter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
E1.3 No 1
protection), Protection Relays and Controls,
measuring equipment, measuring equipment. etc.
as per detailed Scope of Works.
Bus Coupler Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
E1.4 No 2
protection), Protection Relays and Controls,
measuring equipment, measuring equipment. etc.
as per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 124

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Measuring panel c/w Voltage transformer and
E1.5 Busbar earthing switch and measuring No 3
equipment. etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
E2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
E2.1 Transformers, Protection Relays and Capacitive No 2
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Feeder Cubicle with 12kV, 630A Vacuum
Circuit Breaker c/w Current Transformers,
Protection Relays, Controls and 3-Phase
E2.2 No 8
Ammeter and Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
Transformers (two sets for bus differential
E2.3 No 1
protection), Protection Relays and controls,
measuring equipment. etc. as per detailed Scope
of Works.
Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays, Controls, 3-
E2.4 No 1
Phase Ammeter and Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
E2.5 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
E3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
E3.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
Station Service Transformer: 11/0.4kV,
E3.2 100KVA, ONAN, Dyn11 c/w no-load tap No 1
changer ±2 steps, Outdoor
E4 AC AND DC SUPPLY

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 125

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
110V DC/100A Battery Charger, Rectifier
E4.1 No 2
complete with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
E4.2 No 2
enough for whole station)
Complete DC Distribution Panel with auto
E4.3 selection breaker to accommodate the two DC No 1
source. 100 A
Complete AC Distribution Panel for Station
E4.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
E5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
E5.1 m 300
connect from E1.2 to E3.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
E5.2 m 1,800
connection to feeders
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4
E5.3 cores per phase) from E3.1 to E2.1 (Only one m 600
transformer to be connected in this contract)
3Cx240mm2 11kV XLPE/SWA/PVC Cu for
E5.4 m 800
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
E5.5 m 70
connection to Station Transformer
4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
E5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of
E5.7 No 14
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
E5.8 No 16
240mm2)
11kV Cable single core Termination kits (set of
E5.9 No 8
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
E5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
E5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations
E5.12 Lot 1
& Markings
Protection & Control Cables C/W Terminations
E5.13 Lot 1
& Markings

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 126

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
E6 MISCELLANEOUS WORKS
E6.1 Substation Earth grid complete Lot 1
E6.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
E6.3 Lot 1
complete
E6.4 Fire detection and protection system Lot 1
E7 HVAC
E7.1 5HP Free stand Type Split AC No 4
E8 CIVIL WORKS
E8.1 Substation Embankment Works
Demolishing of old equipment foundation &
E81.1. m3 20
structures and removal of debris from site
Excavate top soil from site and haul to spoil
E8.1.2 m3 200
heaps or dispose as directed
Excavate in any material except rock and haul to
E8.1.3 m3 400
spoil heaps or dispose as directed
Provide, lay and compact to any specified depth
E8.1.4 approved fill material in substation embankment m3 600
not exceeding 150mm thickness per layer.
Substation Perimeter Drainage System, Lump
E8.1.5 LS 1
Sum
Perimeter Fencing (Block Wall) as per detailed
E8.1.6 m 150
Scope of Works
E8.1.7 Outdoor Cable Trench with Concrete covers m 45
Supply and spreading of 40-60mm chippings of
E8.1.8 m3 55
100mm thickness to cover substation
E8.2 Substation Buildings
Construct New Substation Building (ref. Dwg
E8.2.1 No. ESURP/AF/JUI/02), Lump Sum per LS 1
Substation
Construct New Customer Service Building,
E8.2.2 LS 1
Lump Sum per Substation

Lighting & Small Power Electrical Installation


E8.2.3 LS 1
Lump Sum per Substation

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 127

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Mechanical Installation (cold water, sewage,
E8.2.4 LS 1
sanitary appliances) Lump Sum per Substation
Equipment Foundations including designs, excavation, rebar works, formwork, lean concrete, concrete,
E8.3
backfilling and compacting for the:
33/11kV, 20/26MVA Power Transformer
E8.3.1 including Firewall, Oil collection pit and Chain No 1
link fence
11/0.4kV, 100KVA Station Service Transformer
E8.3.2 No 1
including Oil collection pit and Chain link fence
E8.4 Road Works
Construction of 10m x75m bitumen surface
E8.4.1 access road from the main highway to Aberdeen Lot 1
Substation site
Construction of internal road and parking space
E8.4.2 Lot 1
(ref. Dwg. No. ESURP/AF/JUI/02)
Sub-Total (Schedule E) carried to Summary
Schedule F: WATERLOO 33/11KV SUBSTATION (Please refer to relevant S/S drawings)
33KV SWITCHGEAR (33kV, 25kA for 3s, 1250A Double Bus bars, INDOOR METAL-CLAD
F1
SWITCHGEAR LINEUP COMPRISING :)
Line/Feeder Cubicle with 36kV, 1250A
Vacuum, Motorized Circuit Breaker c/w two no.
of bus bar selection motorized isolator switches,
Current Transformers, Voltage transformer,
F1.1 No 6
Protection Relays, Controls, and 3-Phase
Ammeter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Transformer Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w two nos. of bus
bar selection motorized isolator switches,
Current Transformers, Voltage transformer,
F1.2 Protection Relays and Controls, Multi-functional No 2
meter (A, V), 3-phase 4 - wire Energy and KVA
demand Meter, Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 128

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Bus Sectionalizer Cubicle with 36kV, 1250A
Vacuum Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
F1.3 No 1
protection), Protection Relays and Controls,
measuring equipment, measuring equipment. etc.
as per detailed Scope of Works.
Bus Coupler Cubicle with 36kV, 1250A Vacuum
Motorized Circuit Breaker c/w Current
Transformers (two sets for bus differential
F1.4 No 2
protection), Protection Relays and Controls,
measuring equipment, measuring equipment. etc.
as per detailed Scope of Works.
Measuring panel c/w Voltage transformer and
F1.5 Busbar earthing switch and measuring No 3
equipment. etc. as per detailed Scope of Works.
11KV SWITCHGEAR (11kV, 25kA for 3s, 2500A Single Bus bars, INDOOR METAL-CLAD
F2
SWITCHGEAR LINEUP COMPRISING :)
Transformer Incomer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
F2.1 Transformers, Protection Relays and Capacitive No 2
insulator with voltage indicator, measuring
equipment. etc. as per detailed Scope of Works.
Feeder Cubicle with 12kV, 630A Vacuum
Circuit Breaker c/w Current Transformers,
Protection Relays, Controls and 3-Phase
F2.2 No 8
Ammeter and Capacitive insulator with voltage
indicator, measuring equipment. etc. as per
detailed Scope of Works.
Bus Sectionalizer Cubicle with 12kV, 2500A
Vacuum Circuit Breaker c/w Current
Transformers (two sets for bus differential
F2.3 No 1
protection), Protection Relays and controls,
measuring equipment. etc. as per detailed Scope
of Works.
Station Transformer Cubicle with 12kV, 630A
Vacuum Circuit Breaker c/w Current
Transformers, Protection Relays, Controls, 3-
F2.4 No 1
Phase Ammeter and Capacitive insulator with
voltage indicator, measuring equipment. etc. as
per detailed Scope of Works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 129

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Measuring panel c/w Voltage transformer and
F2.5 Busbar earthing switch and measuring No 2
equipment. etc. as per detailed Scope of Works.
F3 TRANSFORMERS
33/11kV, 20/26MVA, ONAN/ONAF, Dyn11
Transformer c/w On-load tap changer (OLTC ±
F3.1 No 1
8 steps), HV and LV surge arresters, TPI and
AVR panel
Station Service Transformer: 11/0.4kV,
F3.2 100KVA, ONAN, Dyn11 c/w no-load tap No 1
changer ±2 steps, Outdoor
F4 AC AND DC SUPPLY
110V DC/100A Battery Charger, Rectifier
F4.1 No 2
complete with Redundancy system
110V DC 100Ah Battery Bank (Capacity to be
F4.2 No 2
enough for whole station)
Complete DC Distribution Panel Complete with
F4.3 auto selection breaker to accommodate the two No 1
DC source. 100 A
Complete AC Distribution Panel for Station
F4.4 Auxiliary supply 400/230V, 50Hz, 100A, 16 No 1
way
F5 POWER, AUXILIARY & CONTROL CABLES & ACCESSORIES
1Cx300mm2 33kV, XLPE/SWA/PVC Cu to
F5.1 m 300
connect from F1.2 to F3.1
1Cx300mm2 33kV XLPE/SWA/PVC Cu for
F5.2 m 1,800
connection to feeders
1Cx300mm2 11kV, XLPE/SWA/PVC Cu (laid 4
F5.3 cores per phase) from F3.1 to F2.1 (Only one m 600
transformer to be connected in this contract)
3Cx240mm2 11kV XLPE/SWA/PVC Cu for
F5.4 m 800
connection to feeders
3Cx70mm2 11kV XLPE/SWA/PVC Cu for
F5.5 m 70
connection to Station Transformer
4Cx70mm2 0.4kV XLPE/SWA/PVC Cu for
F5.6 m 100
connection to Station Transformer to LV panel
33kV Cable single core Termination kits (set of
F5.7 No 14
3-phase, 240mm2)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 130

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
11kV Cable Termination kits (set of 3-phase,
F5.8 No 8
240mm2)
11kV Cable single core Termination kits (set of
F5.9 No 16
3-phase, 300mm2)
11kV Cable Termination kits (set of 3-phase,
F5.10 No 2
70mm2)
0.4kV Cable Termination kits (set of 3-phase,
F5.11 No 2
70mm2)
Cables for auxiliary Systems c/w Terminations
F5.12 Lot 1
& Markings
Protection & Control Cables C/W Terminations
F5.13 Lot 1
& Markings
F6 MISCELLANEOUS WORKS
F6.1 Substation Earth grid complete Lot 1
F6.2 Outdoor lighting for switchyard Lot 1
Substation Lightening protection system
F6.3 Lot 1
complete
F6.4 Fire detection and protection system Lot 1
F7 HVAC
F7.1 5HP Free stand Type Split AC No 4
F8 CIVIL WORKS
F8.1 Substation Embankment Works
Demolishing of old equipment foundation &
F81.1. m3 15
structures and removal of debris from site
Excavate top soil from site and haul to spoil
F8.1.2 m3 200
heaps or dispose as directed
Excavate in any material except rock and haul to
F8.1.3 m3 400
spoil heaps or dispose as directed
Provide, lay and compact to any specified depth
F8.1.4 approved fill material in substation embankment m3 600
not exceeding 150mm thickness per layer.
Substation Perimeter Drainage System, Lump
F8.1.5 LS 1
Sum
Perimeter Fencing (Block Wall) as per detailed
F8.1.6 m 150
Scope of Works
F8.1.7 Outdoor Cable Trench with Concrete covers m 45

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 131

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning,
installation, testing, commissioning, etc. and should include rates or prices for local transportation to named place
of final destination, insurance and other services incidental to delivery of the plant, all labor, contractor’s
equipment, temporary works, materials, consumables and all matters and things of whatsoever nature, including
operations and maintenance services, the provision of operations and maintenance manuals, training, etc. as
necessary for the proper execution of the installation and other services, including all taxes, duties, levies and
charges payable in the Employer’s country
Total Total
Unit WHT Unit Price1
Qty
Price1 (10.5%) Price
Item DESCRIPTION Unit
[4] = [5] =
[1] [2] [3]
[2]+[3] [1]x[4]
Supply and spreading of 40-60mm chippings of
F8.1.8 m3 55
100mm thickness to cover substation
F8.2 Substation Buildings
Construct New Substation Building (ref. Dwg
F8.2.1 No. ESURP/AF/WTL/02), Lump Sum per LS 1
Substation
Construct New Customer Service Building,
F8.2.2 LS 1
Lump Sum per Substation

Lighting & Small Power Electrical Installation


F8.2.3 LS 1
Lump Sum per Substation
Mechanical Installation (cold water, sewage,
F8.2.4 LS 1
sanitary appliances) Lump Sum per Substation
Equipment Foundations including designs, excavation, rebar works, formwork, lean concrete, concrete,
F8.3
backfilling and compacting for the:
33/11kV, 20/26MVA Power Transformer
F8.3.1 including Firewall, Oil collection pit and Chain No 1
link fence
11/0.4kV, 100KVA Station Service Transformer
F8.3.2 No 1
including Oil collection pit and Chain link fence
F8.4 Road Works
Construction of 10m x75m bitumen surface
F8.4.1 access road from the main highway to Aberdeen Lot 1
Substation site
Construction of internal road and parking space
F8.4.2 Lot 1
(ref. Dwg. No. ESURP/AF/WTL/02)
Sub-Total (Schedule F) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 132

SCHEDULE OF RATES AND PRICES


Energy Sector Utility Reform Project (ESURP)
SCHEDULE No. 4 (Summary): Installation and Other Services
Item Description Total Price1
1.1 Total Schedule 4 A: FREETOWN 161kV SUBSTATION
1.2 Total Schedule 4 B: ABERDEEN 33/11KV SUBSTATION
1.3 Total Schedule 4 C: CLINE TOWN 33/11KV SUBSTATION
1.4 Total Schedule 4 D: FALCON BRIDGE 33/11KV SUBSTATION
1.5 Total Schedule 4 E: JUI 33/11KV SUBSTATION
1.6 Total Schedule 4 F: WATERLOO 33/11KV SUBSTATION
Total Schedule 4 (to Schedule 5 Grand Summary)

Name of Bidder: ______________________________

Signature of Bidder: ____________________________

1 Specify currency in accordance with ITB 18

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 133

Schedule No. 5. Grand Summary

Item Description Total Price1


Foreign Local
A Total Schedule No. 1. Plant, and Mandatory Spare
Parts Supplied from Abroad
B Total Schedule No. 2. Plant, and Mandatory Spare
Parts Supplied from Within the Employer’s Country
C Total Schedule No. 3. Design Services
D Total Schedule No. 4. Installation and Other Services
E Sub-Total (A+B+C+D)
F Contingency (10% of E) to be administered by
Purchaser/Employer
TOTAL (to Letter of Bid)

Name of Bidder

Signature of
Bidder

1
Specify currency in accordance with ITB 18. Create and use as many columns for Foreign Currency
requirement as there are foreign currencies

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 134

Schedule No. 6. Recommended Spare Parts

Item Description Qty. Unit Price Total Price


CIF or CIP EXW
(foreign parts) (local parts)
(1) (2) (3) (1) x (2) or(3)

Name of Bidder

Signature of Bidder

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 135

Price Schedules for Lot 2: Supply and Installation of 33


Sub Transmission Lines in Freetown

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 136

Schedule No. 1. Plant and Mandatory Spare Parts Supplied from


Abroad
SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Schedule A: 33kV Transmission Line from Freetown 161 S/S to Aberdeen S/S
33kV, Double Circuit Distribution Pole (stringing only one circuit) c/w:
a. X-Arms (for double circuit)
A1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
A1.1 No 107
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg
A1.2 No 20
No. ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°),
A1.3 No 25
Dwg No. ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top
A1.4 Structure (60o - 90°), Dwg No. No 5
ESURP/AF/POLE/33/DC/TA)
A2 33kV Stay equipment
Stay Equipment complete with pole bracket,
A2.1 clamps, guy rod, bolts and nuts, etc. 33kV Stay Set 86
Insulator and Stay Wire and Stay Block
A2.2 Flying Stay Complete with pole & Accessories No 11
A3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) -
A3.1 km 18.5
Insulated (19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) –
A.3.2 km 6.7
bare conductor
Optical Ground Wire OPGW (32 fibers) complete
A3.3 km 7.7
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
A3.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 140
Clamp
Approach fiber optic cable to link the substation
A3.5 m 200
and the OPGW joint box on the terminal pole
A3.6 OPGW joint box c/w termination Set 4
A4 Cable Works
3x(1x300mm2) 33kV, single core
A4.1 m 450
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
A4.2 Set 12
300mm2), outdoor

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 137

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
33kV Surge Arrestor (Set of 3No) c/w brackets and
A4.3 Set 2
clamps
A5 Spares
A5.1 33kV Polymeric post insulator (3 phase set) Set 14
33kV Polymeric tension insulator set including
A5.2 Set 12
fittings and hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) -
A5.3 km 2.5
Insulated (19.1kV)
Sub-Total (Schedule A) carried to Summary
Schedule B: 33kV Transmission Line from Freetown 161 S/S to Falcon Bridge S/S
33kV, Double Circuit Distribution Pole c/w:
a. X-Arms (double)
B1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
B1.1 No 32
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg
B1.2 No 5
No. ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°),
B1.3 No 10
Dwg No. ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top
B1.4 Structure (60o - 90°), Dwg No. No 5
ESURP/AF/POLE/33/DC/TA)
B2 33kV Stay equipment
Stay Equipment complete with pole bracket,
B2.1 clamps, guy rod, bolts and nuts, etc. 33kV Stay Set 40
Insulator and Stay Wire and Stay Block
B2.2 Flying Stay Complete with pole & Accessories No 4
B3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) -
B3.1 km 12.2
Insulated (19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) –
B3.2 km 4.3
bare conductor
Optical Ground Wire OPGW (32 fibers) complete
B3.3 km 2.8
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
B3.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 52
Clamp
Approach fiber optic cable to link the substation
B3.5 m 200
and the OPGW joint box on the terminal pole
B3.6 OPGW joint box c/w termination Set 4
B4 Cable Works

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 138

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
3x(1x300mm2) 33kV, single core
B4.1 m 900
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
B4.2 Set 24
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
B4.3 Set 4
clamps
B5 Spares
B5.1 33kV Polymeric post insulator (3 phase set) Set 7
33kV Polymeric tension insulator set including
B5.2 Set 5
fittings and hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) -
B5.3 km 1
Insulated (19.1kV)
Sub-Total (Schedule B) carried to Summary
Schedule C: 33kV Transmission Line from Falcon Bridge S/S to Cline Town S/S
33kV, Double Circuit Distribution Pole c/w:
a. X-Arms (double)
C1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
C1.1 No 39
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg
C1.2 No 11
No. ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°),
C1.3 No 6
Dwg No. ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top
C1.4 Structure (60o - 90°), Dwg No. No 3
ESURP/AF/POLE/33/DC/TA)
C2 33kV Stay equipment
Stay Equipment complete with pole bracket,
C2.1 clamps, guy rod, bolts and nuts, etc. 33kV Stay Set 40
Insulator and Stay Wire and Stay Block
C2.2 Flying Stay Complete with pole & Accessories No 5
C3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) -
C3.1 km 14
Insulated (19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) –
C3.2 km 6.0
bare conductor
Optical Ground Wire OPGW (32 fibers) complete
C3.3 km 3.3
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
C3.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 59
Clamp

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 139

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Approach fiber optic cable to link the substation
C3.5 m 200
and the OPGW joint box on the terminal pole
C3.6 OPGW joint box c/w termination Set 4
C4 Cable Works
3x(1x300mm2) 33kV, single core
C4.1 m 900
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
C4.2 Set 24
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
C4.3 Set 4
clamps
C5 Spares
C5.1 33kV Polymeric post insulator (3 phase set) Set 8
33kV Polymeric tension insulator set including
C5.2 Set 6
fittings and hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) -
C5.3 km 1.1
Insulated (19.1kV)
Sub-Total (Schedule C) carried to Summary
Schedule D: 33kV Transmission Line from Cline Town S/S to Blackhall Road S/S
33kV, Double Circuit Distribution Pole c/w:
a. X-Arms (double)
D1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
D1.1 No 13
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg
D1.2 No 2
No. ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°),
D1.3 No 4
Dwg No. ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top
D1.4 Structure (60o - 90°), Dwg No. No 3
ESURP/AF/POLE/33/DC/TA)
D2 33kV Stay equipment
Stay Equipment complete with pole bracket,
D2.1 clamps, guy rod, bolts and nuts, etc. 33kV Stay Set 18
Insulator and Stay Wire and Stay Block
D2.2 Flying Stay Complete with pole & Accessories No 2
D3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) -
D3.1 km 2.4
Insulated (19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) –
D3.2 km 5.5
bare conductor

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 140

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Optical Ground Wire OPGW (32 fibers) complete
D3.3 km 1.3
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
D3.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 24
Clamp
Approach fiber optic cable to link the substation
D3.5 m 200
and the OPGW joint box on the terminal pole
D3.6 OPGW joint box c/w termination Set 2
D4 Cable Works
3x(1x300mm2) 33kV, single core
D4.1 m 900
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
D4.2 Set 24
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
D4.3 Set 4
clamps
D5 Spares
D5.1 33kV Polymeric post insulator (3 phase set) Set 3
33kV Polymeric tension insulator set including
D5.2 Set 2
fittings and hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) -
D5.3 km 0.5
Insulated (19.1kV)
Sub-Total (Schedule D) carried to Summary
Schedule E: 33kV Transmission Line from Jui S/S to Regent S/S
33kV, Single Circuit Distribution Pole c/w:
a. X-Arms (single circuit)
E1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
E1.1 No 184
ESURP/AF/POLE/33/SC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg
E1.2 No 24
No. ESURP/AF/POLE/33/SC/AS)
Medium Angle Pole Top Structure (20o - 60°),
E1.3 No 32
Dwg No. ESURP/AF/POLE/33/SC/AS)
Large Angle/Dead end Top Structure (60o - 90°),
E1,4 No 4
Dwg No. ESURP/AF/POLE/33/SC/AS)
Terminal Pole Top Structure (Dwg No.
E1.5 No 2
ESURP/AF/POLE/33/SC/TE)
E2 33kV Stay equipment
Stay Equipment complete with pole bracket,
E2.1 clamps, guy rod, bolts and nuts, etc. 33kV Stay Set 124
Insulator and Stay Wire and Stay Block

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 141

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
E2.2 Flying Stay Complete with pole & Accessories No 22
E3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) –
E3.1 km 44.5
bare conductor
Optical Ground Wire OPGW (32 fibers) complete
E3.2 km 45
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
E3.3 35sq.mm insulated Cu Conductor, Earth Rod & Set 264
Clamp
Approach fiber optic cable to link the substation
E3.4 m 200
and the OPGW joint box on the terminal pole
E3.5 OPGW joint box c/w termination Set 4
E4 Cable Works
3x(1x300mm2) 33kV, single core
E4.1 m 450
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
E4.2 Set 12
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
E4.3 Set 2
clamps
E5 Spares
E5.1 33kV Polymeric post insulator (3 phase set) Set 35
33kV Polymeric tension insulator set including
E5.2 Set 20
fittings and hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) -
E5.3 km 4.9
Insulated (19.1kV)
Sub-Total (Schedule E) carried to Summary
Schedule F: 33kV Transmission Line from Wellington S/S to Jui S/S
F1 33kV, Double Circuit Lattice Towers (Narrow base, basic - height 19m) for 400sq.mm AAC
Double Circuit Tower Type SS (Suspension, Dwg
F1.1 No 16
No. ESURP/AF/TOW/33/DC/SS) of basic height
Double Circuit Tower Type SS (Suspension, Dwg
F1.2 No. ESURP/AF/TOW/33/DC/SS) with 3M No 8
extension
Double Circuit Tower Type SS (Suspension, Dwg
F1.3 No. ESURP/AF/TOW/33/DC/SS) with 6M No 2
extension
Double Circuit Tower Type ST1 (Tension, Dwg
F1.4 No 20
No. ESURP/AF/TOW/33/DC/ST) of basic height
Double Circuit Tower Type ST1 (Tension, Dwg
F1.5 No. ESURP/AF/TOW/33/DC/ST) with 3M No 10
Extension
Double Circuit Tower Type ST1 (Tension, Dwg
F1.6 No 1
No. ESURP/AF/TOW/33/DC/ST) with 6M

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 142

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Extension

Double Circuit Tower Type ST2 (Tension, Dwg


F1.7 No. ESURP/AF/TOW/33/DC/ST) with 3M No 1
Extension
F1.8 Double Circuit Tower Type DE of basic height No 2
Double Circuit Tower Type Specially designed for
F1.9 No 1
90 deg Angle
F2 Conductors and OPGW
F3.1 265mm2 Aluminium Alloy Conductor (AAC) km 46.8
F3.2 Vibration dampers for 265mm2 AAC No 732
Optical Ground Wire OPGW (32 fibers) complete
F3.3 km 7.2
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
F3.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 61
Clamp
Approach fiber optic cable to link the substation
F3.5 m 400
and the OPGW joint box on the terminal pole
F3.6 OPGW joint box c/w termination Set 4
F3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including
F3.1 Set 156
fittings and hardware
33kV Polymeric tension insulator set including
F3.2 Set 420
fittings and hardware
F4 Counterpoise Grounding
Counterpoise grounding additional to the standard
F4.1 No 12
grounding
F5 Cable Works
3x(1x300mm2) 33kV, single core
F5.1 m 900
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
F5.2 Set 24
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
F5.3 Set 4
clamps
F6 Spares
33kV Polymeric suspension insulator sets including
F6.1 Set 31
fittings and hardware
33kV Polymeric tension insulator set including
F6.2 Set 84
fittings and hardware
F6.3 265sq.mm Aluminium Alloy Conductor (AAC) km 4.7
Sub-Total (Schedule F) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 143

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
Schedule G: 33kV Transmission Line from Jui S/S to Waterloo S/S
G1 33kV, Double Circuit Lattice Towers (Narrow base, basic - height 19m) for 400sq.mm AAC
Double Circuit Tower Type SS (Suspension, Dwg
G1.1 No 45
No. ESURP/AF/TOW/33/DC/SS) of basic height
Double Circuit Tower Type SS (Suspension, Dwg
G1.2 No. ESURP/AF/TOW/33/DC/SS) with 3M No 21
extension
Double Circuit Tower Type SS (Suspension, Dwg
G1.3 No. ESURP/AF/TOW/33/DC/SS) with 6M No 3
extension
Double Circuit Tower Type ST1 (Tension, Dwg
G1.4 No 30
No. ESURP/AF/TOW/33/DC/ST) of basic height
Double Circuit Tower Type ST1 (Tension, Dwg
G1.5 No. ESURP/AF/TOW/33/DC/ST) with 3M No 10
Extension
Double Circuit Tower Type ST1 (Tension, Dwg
G1.6 No. ESURP/AF/TOW/33/DC/ST) with 6M No 3
Extension
G1.7 Double Circuit Tower Type DE of basic height No 4
Double Circuit Tower Type Specially designed for
G1.8 No 1
90 deg Angle
G2 Conductors and OPGW
G2.1 265mm2 Aluminium Alloy Conductor (AAC) km 118.8
G2.2 Vibration dampers for 265mm2 AAC No 1,572
Optical Ground Wire OPGW (32 fibers) complete
G2.3 km 18.5
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
G2.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 131
Clamp
Approach fiber optic cable to link the substation
G2.5 m 400
and the OPGW joint box on the terminal pole
G2.6 OPGW joint box c/w termination Set 4
G3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including
G3.1 Set 450
fittings and hardware
33kV Polymeric tension insulator set including
G3.2 Set 672
fittings and hardware
G4 Counterpoise Grounding
Counterpoise grounding additional to the standard
G4.1 No 26
grounding
G5 Cable Works
3x(1x300mm2) 33kV, single core
G5.1 m 900
XLPE/SWA/PVC Cu Cable (route length)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 144

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
33kV Cable Termination kits (set of 1-phase,
G5.2 Set 24
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
G5.3 Set 4
clamps
G6 Spares
33kV Polymeric suspension insulator sets including
G6.1 Set 90
fittings and hardware
33kV Polymeric tension insulator set including
G6.2 Set 134
fittings and hardware
G6.3 265sq.mm Aluminium Alloy Conductor (AAC) km 11.9
Sub-Total (Schedule G) carried to Summary
Schedule H: 33kV Transmission Line from Blackhall Road S/S to Wellington S/S
H1 Conductors and OPGW
H1.1 265mm2 Aluminium Alloy Conductor (AAC) km 27.4
H1.2 Vibration dampers for 265mm2 AAC No 672
Optical Ground Wire OPGW (32 fibers) complete
H1.3 km 8.4
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
H1.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 56
Clamp
Approach fiber optic cable to link the substation
H1.5 m 200
and the OPGW joint box on the terminal pole
H1.6 OPGW joint box c/w termination Set 4
H2 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including
H2.1 Set 98
fittings and hardware
33kV Polymeric tension insulator set including
H2.2 Set 148
fittings and hardware
H3 Counterpoise Grounding
Counterpoise grounding additional to the standard
H3.1 No 12
grounding
H4 Cable Works
3x(1x300mm2) 33kV, single core
H4.1 m 450
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
H4.2 Set 24
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
H4.3 Set 4
clamps
H5 Spares
33kV Polymeric suspension insulator sets including
H5.1 Set 20
fittings and hardware

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 145

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including
H5.2 Set 30
fittings and hardware
H5.3 265sq.mm Aluminium Alloy Conductor (AAC) km 2.7
Sub-Total (Schedule H) carried to Summary
Schedule I: Upgrade of 33kV Transmission Line Between Freetown 161 S/S, Blackhall Road S/S and Wilberforce S/S
(Provisional amount subject to analysis/adequacy assessment of existing towers and foundations)
I1 33kV, Double Circuit Lattice Towers
Reinforcement of existing Intermediate (IMP) (0 –
I1.1 1 degree) Double Circuit lattice Tower Complete No 15
with all accessories
Reinforcement of existing Light Angle (1 – 15
I1.2 degrees) Double Circuit Tower Complete with all No 15
accessories
Reinforcement of existing Intermediate (IMP) (0 –
I1.3 1 degree) Double Circuit lattice Tower Complete No 81
with all accessories
Reinforcement of existing Heavy Angle (IMP) (16
I1.4 – 90 degree) Double Circuit Tower Complete with No 35
all accessories
Reinforcement of existing Terminal Double Circuit
I1.5 Tower Complete with 33kV Lightening arrestors No 6
and all accessories
Reinforcement of existing Section Double Circuit
I1.6 No 60
Tower Complete with all accessories
I2 Conductors and OPGW
I2.1 265mm2 Aluminium Alloy Conductor (AAC) km 138.0
I2.2 Vibration dampers for 265mm2 AAC No 2,544
Optical Ground Wire OPGW (32 fibers) complete
I2.3 km 24.0
(including joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w
I2.4 35sq.mm insulated Cu Conductor, Earth Rod & Set 212
Clamp
Approach fiber optic cable to link the substation
I2.5 m 400
and the OPGW joint box on the terminal pole
I2.6 OPGW joint box c/w termination Set 6
I3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including
I3.1 Set 90
fittings and hardware
33kV Polymeric tension insulator set including
I3.2 Set 2,364
fittings and hardware
I4 Counterpoise Grounding
Counterpoise grounding additional to the standard
I4.1 No 22
grounding

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 146

SCHEDULE No. 1: Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
Unit Total
Qty Price2 Price2
Item DESCRIPTION Code1 Unit CIP2 CIP2
[3] =
[1] [2]
[1]x[2]
I5 Cable Works
3x(1x300mm2) 33kV, single core
I5.1 m 1,350
XLPE/SWA/PVC Cu Cable (route length)
33kV Cable Termination kits (set of 1-phase,
I5.2 Set 36
300mm2), outdoor
33kV Surge Arrestor (Set of 3No) c/w brackets and
I5.3 Set 6
clamps
I6 Spares
33kV Polymeric suspension insulator sets including
I6.1 Set 18
fittings and hardware
33kV Polymeric tension insulator set including
I6.2 Set 473
fittings and hardware
I6.3 265sq.mm Aluminium Alloy Conductor (AAC) km 13.8
Sub-Total (Schedule I) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 147

SCHEDULE OF RATES AND PRICES


Energy Sector Utility Reform Project (ESURP)
SCHEDULE No. 1 (Summary): Plant, Equipment and Mandatory Spare Parts
Supplied from Abroad
Total
Item Description
Price2
Total Schedule 1 A: 33kV Transmission Line from Freetown 161 S/S
1.1
to Aberdeen S/S
Total Schedule 1 B: 33kV Transmission Line from Freetown 161 S/S
1.2
to Falcon Bridge S/S
Total Schedule 1 C: 33kV Transmission Line from Falcon Bridge S/S
1.3
to Cline Town S/S
Total Schedule 1 D: 33kV Transmission Line from Cline Town S/S to
1.4
Blackhall Road S/S
Total Schedule 1 E: 33kV Transmission Line from Jui S/S to Regent
1.5
S/S
Total Schedule 1 F: 33kV Transmission Line from Wellington S/S to
1.6
Jui S/S
Total Schedule 1 G: 33kV Transmission Line from Jui S/S to
1.7
Waterloo S/S
Total Schedule 1 H: 33kV Transmission Line from Blackhall Road
1.8
S/S to Wellington S/S
Total Schedule 1 I: Upgrade of 33kV Transmission Line Between
Freetown 161 S/S, Blackhall Road S/S and Wilberforce S/S
1.9
(Provisional amount subject to analysis/adequacy assessment of
existing towers and foundations)
Total Schedule 1 (to Schedule 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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 148

Schedule No. 2. Plant and Mandatory Spare Parts Supplied from


Within the Employer’s Country
SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
Schedule A: 33kV Transmission Line from Freetown 161 S/S to Aberdeen S/S
33kV, Double Circuit Distribution Pole (stringing only one circuit) c/w:
a. X-Arms (for double circuit)
A1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
A1.1 No 107
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
A1.2 No 20
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
A1.3 No 25
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o - 90°),
A1.4 No 5
Dwg No. ESURP/AF/POLE/33/DC/TA)
A2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
A2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Stay Set 86
Block
A2.2 Flying Stay Complete with pole & Accessories No 11
A3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
A3.1 km 18.5
(19.1kV)
A3.2 265mm2 Aluminium Alloy Conductor (AAC) – bare conductor km 6.7
Optical Ground Wire OPGW (32 fibers) complete (including
A3.3 km 7.7
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
A3.4 Set 140
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
A3.5 m 200
joint box on the terminal pole
A3.6 OPGW joint box c/w termination Set 4
A4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
A4.1 m 450
(route length)
A4.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 12
A4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 2
A5 Spares
A5.1 33kV Polymeric post insulator (3 phase set) Set 14

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 149

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including fittings and
A5.2 Set 12
hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) - Insulated
A5.3 km 2.5
(19.1kV)
Sub-Total (Schedule A) carried to Summary
Schedule B: 33kV Transmission Line from Freetown 161 S/S to Falcon Bridge S/S
33kV, Double Circuit Distribution Pole c/w:
a. X-Arms (double)
B1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
B1.1 No 32
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
B1.2 No 5
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
B1.3 No 10
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o - 90°),
B1.4 No 5
Dwg No. ESURP/AF/POLE/33/DC/TA)
B2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
B2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Stay Set 40
Block
B2.2 Flying Stay Complete with pole & Accessories No 4
B3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
B3.1 km 12.2
(19.1kV)
B3.2 265mm2 Aluminium Alloy Conductor (AAC) – bare conductor km 4.3
Optical Ground Wire OPGW (32 fibers) complete (including
B3.3 km 2.8
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
B3.4 Set 52
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
B3.5 m 200
joint box on the terminal pole
B3.6 OPGW joint box c/w termination Set 4
B4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
B4.1 m 900
(route length)
B4.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 24
B4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
B5 Spares
B5.1 33kV Polymeric post insulator (3 phase set) Set 7

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 150

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including fittings and
B5.2 Set 5
hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) - Insulated
B5.3 km 1
(19.1kV)
Sub-Total (Schedule B) carried to Summary
Schedule C: 33kV Transmission Line from Falcon Bridge S/S to Cline Town S/S
33kV, Double Circuit Distribution Pole c/w:
a. X-Arms (double)
C1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
C1.1 No 39
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
C1.2 No 11
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
C1.3 No 6
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o - 90°),
C1.4 No 3
Dwg No. ESURP/AF/POLE/33/DC/TA)
C2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
C2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Stay Set 40
Block
C2.2 Flying Stay Complete with pole & Accessories No 5
C3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
C3.1 km 14
(19.1kV)
C3.2 265mm2 Aluminium Alloy Conductor (AAC) – bare conductor Km 6
Optical Ground Wire OPGW (32 fibers) complete (including
C3.3 km 3.3
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
C3.4 Set 59
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
C3.5 m 200
joint box on the terminal pole
C3.6 OPGW joint box c/w termination Set 4
C4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
C4.1 m 900
(route length)
C4.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 24
C4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
C5 Spares
C5.1 33kV Polymeric post insulator (3 phase set) Set 8

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 151

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including fittings and
C5.2 Set 6
hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) - Insulated
C5.3 km 1.1
(19.1kV)
Sub-Total (Schedule C) carried to Summary
Schedule D: 33kV Transmission Line from Cline Town S/S to Blackhall Road S/S
33kV, Double Circuit Distribution Pole c/w:
a. X-Arms (double)
D1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
D1.1 No 13
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
D1.2 No 2
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
D1.3 No 4
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o - 90°),
D1.4 No 3
Dwg No. ESURP/AF/POLE/33/DC/TA)
D2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
D2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Stay Set 18
Block
D2.2 Flying Stay Complete with pole & Accessories No 2
D3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
D3.1 km 2.4
(19.1kV)
D3.2 265mm2 Aluminium Alloy Conductor (AAC) – bare conductor Km 5.5
Optical Ground Wire OPGW (32 fibers) complete (including
D3.3 km 1.3
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
D3.4 Set 24
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
D3.5 m 200
joint box on the terminal pole
D3.6 OPGW joint box c/w termination Set 2
D4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
D4.1 m 900
(route length)
D4.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 24
D4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
D5 Spares
D5.1 33kV Polymeric post insulator (3 phase set) Set 3

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 152

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including fittings and
D5.2 Set 2
hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) - Insulated
D5.3 km 0.5
(19.1kV)
Sub-Total (Schedule D) carried to Summary
Schedule E: 33kV Transmission Line from Jui S/S to Regent S/S
33kV, Single Circuit Distribution Pole c/w:
a. X-Arms (single circuit)
E1
b. 33kV Post or Tension Insulators
c. OPGW Support Structure
Intermediate Pole Top Structure (0 - 5°), Dwg No.
E1.1 No 184
ESURP/AF/POLE/33/SC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
E1.2 No 24
ESURP/AF/POLE/33/SC/AS)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
E1.3 No 32
ESURP/AF/POLE/33/SC/AS)
Large Angle/Dead end Top Structure (60o - 90°), Dwg No.
E1.4 No 4
ESURP/AF/POLE/33/SC/AS)
Terminal Pole Top Structure (Dwg No.
E1.5 No 2
ESURP/AF/POLE/33/SC/TE)
E2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
E2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Stay Set 124
Block
E2.2 Flying Stay Complete with pole & Accessories No 22
E3 Conductors and OPGW
E3.1 265mm2 Aluminium Alloy Conductor (AAC) – bare conductor km 44.5
Optical Ground Wire OPGW (32 fibers) complete (including
E3.2 km 45
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
E3.3 Set 264
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
E3.4 m 200
joint box on the terminal pole
E3.5 OPGW joint box c/w termination Set 4
E4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
E4.1 m 450
(route length)
E4.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 12
E4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 2
E5 Spares
E5.1 33kV Polymeric post insulator (3 phase set) Set 35

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 153

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including fittings and
E5.2 Set 20
hardware (3 phase set)
265sq.mm Aluminium Alloy Conductor (AAC) - Insulated
E5.3 km 4.9
(19.1kV)
Sub-Total (Schedule E) carried to Summary
Schedule F: 33kV Transmission Line from Wellington S/S to Jui S/S
F1 33kV, Double Circuit Lattice Towers (Narrow base, basic - height 19m) for 400sq.mm AAC
Double Circuit Tower Type SS (Suspension, Dwg No.
F1.1 No 16
ESURP/AF/TOW/33/DC/SS) of basic height
Double Circuit Tower Type SS (Suspension, Dwg No.
F1.2 No 8
ESURP/AF/TOW/33/DC/SS) with 3M extension
Double Circuit Tower Type SS (Suspension, Dwg No.
F1.3 No 2
ESURP/AF/TOW/33/DC/SS) with 6M extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
F1.4 No 20
ESURP/AF/TOW/33/DC/ST) of basic height
Double Circuit Tower Type ST1 (Tension, Dwg No.
F1.5 No 10
ESURP/AF/TOW/33/DC/ST) with 3M Extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
F1.6 No 1
ESURP/AF/TOW/33/DC/ST) with 6M Extension
Double Circuit Tower Type ST2 (Tension, Dwg No.
F1.7 No 1
ESURP/AF/TOW/33/DC/ST) with 3M Extension
F1.8 Double Circuit Tower Type DE of basic height No 2
F1.9 Double Circuit Tower Type Specially designed for 90 deg Angle No 1
F2 Conductors and OPGW
F3.1 265mm2 Aluminium Alloy Conductor (AAC) km 46.8
F3.2 Vibration dampers for 265mm2 AAC No 732
Optical Ground Wire OPGW (32 fibers) complete (including
F3.3 km 7.2
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
F3.4 Set 61
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
F3.5 m 400
joint box on the terminal pole
F3.6 OPGW joint box c/w termination Set 4
F3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings and
F3.1 Set 156
hardware
33kV Polymeric tension insulator set including fittings and
F3.2 Set 420
hardware
F4 Counterpoise Grounding
F4.1 Counterpoise grounding additional to the standard grounding No 12
F5 Cable Works

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 154

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
F5.1 m 900
(route length)
F5.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 24
F5.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
F6 Spares
33kV Polymeric suspension insulator sets including fittings and
F6.1 Set 31
hardware
33kV Polymeric tension insulator set including fittings and
F6.2 Set 84
hardware
F6.3 265sq.mm Aluminium Alloy Conductor (AAC) km 4.7
Sub-Total (Schedule F) carried to Summary
Schedule G: 33kV Transmission Line from Jui S/S to Waterloo S/S
G1 33kV, Double Circuit Lattice Towers (Narrow base, basic - height 19m) for 400sq.mm AAC
Double Circuit Tower Type SS (Suspension, Dwg No.
G1.1 No 45
ESURP/AF/TOW/33/DC/SS) of basic height
Double Circuit Tower Type SS (Suspension, Dwg No.
G1.2 No 21
ESURP/AF/TOW/33/DC/SS) with 3M extension
Double Circuit Tower Type SS (Suspension, Dwg No.
G1.3 No 3
ESURP/AF/TOW/33/DC/SS) with 6M extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
G1.4 No 30
ESURP/AF/TOW/33/DC/ST) of basic height
Double Circuit Tower Type ST1 (Tension, Dwg No.
G1.5 No 10
ESURP/AF/TOW/33/DC/ST) with 3M Extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
G1.6 No 3
ESURP/AF/TOW/33/DC/ST) with 6M Extension
G1.7 Double Circuit Tower Type DE of basic height No 4
G1.8 Double Circuit Tower Type Specially designed for 90 deg Angle No 1
G2 Conductors and OPGW
G2.1 265mm2 Aluminium Alloy Conductor (AAC) km 118.8
G2.2 Vibration dampers for 265mm2 AAC No 1,572
Optical Ground Wire OPGW (32 fibers) complete (including
G2.3 km 18.5
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
G2.4 Set 131
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
G2.5 m 400
joint box on the terminal pole
G2.6 OPGW joint box c/w termination Set 4
G3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings and
G3.1 Set 450
hardware

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 155

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric tension insulator set including fittings and
G3.2 Set 672
hardware
G4 Counterpoise Grounding
G4.1 Counterpoise grounding additional to the standard grounding No 26
G5 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
G5.1 m 900
(route length)
G5.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 24
G5.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
G6 Spares
33kV Polymeric suspension insulator sets including fittings and
G6.1 Set 90
hardware
33kV Polymeric tension insulator set including fittings and
G6.2 Set 134
hardware
G6.3 265sq.mm Aluminium Alloy Conductor (AAC) km 11.9
Sub-Total (Schedule G) carried to Summary
Schedule H: 33kV Transmission Line from Blackhall Road S/S to Wellington S/S
H1 Conductors and OPGW
H1.1 265mm2 Aluminium Alloy Conductor (AAC) km 27.4
H1.2 Vibration dampers for 265mm2 AAC No 672
Optical Ground Wire OPGW (32 fibers) complete (including
H1.3 km 8.4
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
H1.4 Set 56
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
H1.5 m 200
joint box on the terminal pole
H1.6 OPGW joint box c/w termination Set 4
H2 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings and
H2.1 Set 98
hardware
33kV Polymeric tension insulator set including fittings and
H2.2 Set 148
hardware
H3 Counterpoise Grounding
H3.1 Counterpoise grounding additional to the standard grounding No 12
H4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
H4.1 m 450
(route length)
H4.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 24
H4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
H5 Spares

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 156

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
33kV Polymeric suspension insulator sets including fittings and
H5.1 Set 20
hardware
33kV Polymeric tension insulator set including fittings and
H5.2 Set 30
hardware
H5.3 265sq.mm Aluminium Alloy Conductor (AAC) km 2.7
Sub-Total (Schedule H) carried to Summary
Schedule I: Upgrade of 33kV Transmission Line Between Freetown 161 S/S, Blackhall Road S/S and Wilberforce S/S
(Provisional amount subject to analysis/adequacy assessment of existing towers and foundations)
I1 33kV, Double Circuit Lattice Towers
Reinforcement of existing Intermediate (IMP) (0 – 1 degree)
I1.1 No 15
Double Circuit lattice Tower Complete with all accessories
Reinforcement of existing Light Angle (1 – 15 degrees) Double
I1.2 No 15
Circuit Tower Complete with all accessories
Reinforcement of existing Intermediate (IMP) (0 – 1 degree)
I1.3 No 81
Double Circuit lattice Tower Complete with all accessories
Reinforcement of existing Heavy Angle (IMP) (16 – 90 degree)
I1.4 No 35
Double Circuit Tower Complete with all accessories
Reinforcement of existing Terminal Double Circuit Tower
I1.5 No 6
Complete with 33kV Lightening arrestors and all accessories
Reinforcement of existing Section Double Circuit Tower
I1.6 No 60
Complete with all accessories
I2 Conductors and OPGW
I2.1 265mm2 Aluminium Alloy Conductor (AAC) km 138.0
I2.2 Vibration dampers for 265mm2 AAC No 2,544
Optical Ground Wire OPGW (32 fibers) complete (including
I2.3 km 24.0
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
I2.4 Set 212
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the OPGW
I2.5 m 400
joint box on the terminal pole
I2.6 OPGW joint box c/w termination Set 6
I3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings and
I3.1 Set 90
hardware
33kV Polymeric tension insulator set including fittings and
I3.2 Set 2,364
hardware
I4 Counterpoise Grounding
I4.1 Counterpoise grounding additional to the standard grounding No 22
I5 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
I5.1 m 1,350
(route length)
I5.2 33kV Cable Termination kits (set of 1-phase, 300mm2), outdoor Set 36

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 157

SCHEDULE No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from Within the Employer’s Country
EXW EXW
Qty Unit Total
Item DESCRIPTION Unit Price1 Price1
[3] =
[1] [2]
[1]x[2]
I5.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 6
I6 Spares
33kV Polymeric suspension insulator sets including fittings and
I6.1 Set 18
hardware
33kV Polymeric tension insulator set including fittings and
I6.2 Set 473
hardware
I6.3 265sq.mm Aluminium Alloy Conductor (AAC) km 13.8
Sub-Total (Schedule I) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 158

SCHEDULE OF RATES AND PRICES


Energy Sector Utility Reform Project (ESURP)
SCHEDULE No. 2 (Summary): Plant and Mandatory Spare Parts Supplied from
Within the Employer’s Country
Item Description Total Price1
Total Schedule 2 A: 33kV Transmission Line from Freetown 161
1.1
S/S to Aberdeen S/S
Total Schedule 2 B: 33kV Transmission Line from Freetown 161
1.2
S/S to Falcon Bridge S/S
Total Schedule 2 C: 33kV Transmission Line from Falcon Bridge
1.3
S/S to Cline Town S/S
Total Schedule 2 D: 33kV Transmission Line from Cline Town
1.4
S/S to Blackhall Road S/S
Total Schedule 2 E: 33kV Transmission Line from Jui S/S to
1.5
Regent S/S
Total Schedule 2 F: 33kV Transmission Line from Wellington S/S
1.6
to Jui S/S
Total Schedule 2 G: 33kV Transmission Line from Jui S/S to
1.7
Waterloo S/S
Total Schedule 2 H: 33kV Transmission Line from Blackhall Road
1.8
S/S to Wellington S/S
Total Schedule 2 I: Upgrade of 33kV Transmission Line Between
Freetown 161 S/S, Blackhall Road S/S and Wilberforce S/S
1.9
(Provisional amount subject to analysis/adequacy assessment of
existing towers and foundations)
Total Schedule 2 (to Schedule 5 Grand Summary)

Name of Bidder _________________________

Signature of Bidder _________________________

1 Specify currency in accordance with specifications in Bid Data Sheet under ITB 18.1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 159

Schedule No. 3. Design Services


SCHEDULE No. 3 Design Services
Note:
The Engineering works required for the 33kVtransmission line has been itemized in the schedules below.
The bidder is at liberty to itemize the engineering design works (line profile design, foundation designs,
detailed construction design for the single circuit steel tubular pole line etc. as outlined in Section VI;
Employer’s Requirements, Scope of Works, Design Services), necessary for completing the works.
Otherwise it will be deemed to have been included in the corresponding items in the other schedules.
Unit Total
Item Description Unit Qty
Price1 Price1
3.1 Tower Lines
Detailed survey of tower line route and line
3.1.1 km 23
profile design
Geotechnical Survey (borings to 10m
3.1.2 depth) along line route for the foundation No 8
designs
Tower Design including shop drawings for
3.1.3 Lot 1
SS, ST1, ST2 & DE Towers
Survey, assessment of existing 33kV OHL
3.1.4 between Freetown 161 S/S, Blackhall Road Lot 1
S/S and Wilberforce S/S
Remodeling of the existing tower types Lot 1
3.1.5 (SS, AC & DE) to upgrade them to
withstand 265 AAC conductor
Assessment and analysis of existing tower Lot 1
3.1.6
foundations for adequacy
3.2 Pole Lines
Detailed survey of pole line route and line
3.2.1 km 27
profile design
Construction standard drawings for the
3.2.2 Lot 1
single and double circuit pole line
3.2.3
3.2.4
3.2.5
Total Schedule 3 (to Schedule 5. Grand Summary)

Name of Bidder: ______________________________

Signature of Bidder: ____________________________

1 Specify currency in accordance with ITB 18

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 160

Schedule No. 4. Installation and Other Services

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Schedule A: 33kV Transmission Line from Freetown 161 S/S to Aberdeen S/S
A1 Pole assembly and erection
Intermediate Pole Top Structure (0 - 5°), Dwg No.
A1.1 No 107
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
A1.2 No 20
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
A1.3 No 25
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
A1.4 No 5
90°), Dwg No. ESURP/AF/POLE/33/DC/TA)
A2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
A2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Set 86
Stay Block
A2.2 Flying Stay Complete with pole & Accessories No 11
A3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
A3.1 km 18.5
(19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) – bare
A3.2 km 6.7
conductor
Optical Ground Wire OPGW (32 fibers) complete (including
A3.3 km 7.7
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
A3.4 Set 140
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
A3.5 m 200
OPGW joint box on the terminal pole
A3.6 OPGW joint box c/w termination Set 4
A4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
A4.1 m 450
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
A4.2 Set 12
outdoor
A4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 2
A5 Survey and Bush Clearing
A5.1 Survey and Pegging km 7

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 161

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
POLES FOUNDATIONS WORKS
Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
A6
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.
Intermediate Pole Top Structure (0 - 5°), Dwg No.
A6.1 No 107
ESURP/AF/POLE/33/INTFOUN)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
A6.2 No 20
ESURP/AF/POLE/33/INTFOUN)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
A6.3 No 25
ESURP/AF/POLE/33/ASTFOUN)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
A6.4 No 5
90°), Dwg No. ESURP/AF/POLE/33/ASTFOUN)
Sub-Total (Schedule A) carried to Summary

Schedule B: 33kV Transmission Line from Freetown 161 S/S to Falcon Bridge S/S
B1 Pole assembly and erection
Intermediate Pole Top Structure (0 - 5°), Dwg No.
B1.1 No 32
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
B1.2 No 5
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
B1.3 No 10
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
B1.4 No 5
90°), Dwg No. ESURP/AF/POLE/33/DC/TA)
B2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
B2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Set 40
Stay Block
B2.2 Flying Stay Complete with pole & Accessories No 4
B3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
B3.1 km 12.2
(19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) – bare
B3.2 km 4.3
conductor
Optical Ground Wire OPGW (32 fibers) complete (including
B3.3 km 2.8
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
B3.4 Set 52
insulated Cu Conductor, Earth Rod & Clamp

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 162

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Approach fiber optic cable to link the substation and the
B3.5 m 200
OPGW joint box on the terminal pole
B3.6 OPGW joint box c/w termination Set 4
B4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
B4.1 m 900
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
B4.2 Set 24
outdoor
B4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
B5 Survey and Bush Clearing
B5.1 Survey and Pegging km 2.5

POLES FOUNDATIONS WORKS


Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
B6
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.

Intermediate Pole Top Structure (0 - 5°), Dwg No.


B6.1 No 32
ESURP/AF/POLE/33/INTFOUN)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
B6.2 No 5
ESURP/AF/POLE/33/INTFOUN)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
B6.3 No 10
ESURP/AF/POLE/33/ASTFOUN)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
B6.4 No 5
90°), Dwg No. ESURP/AF/POLE/33/ASTFOUN)
Sub-Total (Schedule B) carried to Summary

Schedule C: 33kV Transmission Line from Falcon Bridge S/S to Cline Town S/S
C1 Pole assembly and erection
Intermediate Pole Top Structure (0 - 5°), Dwg No.
C1.1 No 39
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
C1.2 No 11
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
C1.3 No 6
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
C1.4 No 3
90°), Dwg No. ESURP/AF/POLE/33/DC/TA)
C2 33kV Stay equipment

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 163

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Stay Equipment complete with pole bracket, clamps, guy rod,
C2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Set 40
Stay Block
C2.2 Flying Stay Complete with pole & Accessories No 5
C3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
C3.1 km 14
(19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) – bare
C3.2 km 6
conductor
Optical Ground Wire OPGW (32 fibers) complete (including
C3.3 km 3.3
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
C3.4 Set 59
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
C3.5 m 200
OPGW joint box on the terminal pole
C3.6 OPGW joint box c/w termination Set 4
C4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
C4.1 m 900
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
C4.2 Set 24
outdoor
C4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
C5 Survey and Bush Clearing
C5.1 Survey and Pegging km 3
POLES FOUNDATIONS WORKS
Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
C6
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.
Intermediate Pole Top Structure (0 - 5°), Dwg No.
C6.1 No 39
ESURP/AF/POLE/33/INTFOUN)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
C6.2 No 11
ESURP/AF/POLE/33/INTFOUN)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
C6.3 6
ESURP/AF/POLE/33/ASTFOUN)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
C6.4 3
90°), Dwg No. ESURP/AF/POLE/33/ASTFOUN)
Sub-Total (Schedule C) carried to Summary

Schedule D: 33kV Transmission Line from Cline Town S/S to Blackhall Road S/S

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 164

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
D1 Pole assembly and erection
Intermediate Pole Top Structure (0 - 5°), Dwg No.
D1.1 No 13
ESURP/AF/POLE/33/DC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
D1.2 No 2
ESURP/AF/POLE/33/DC/TA)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
D1.3 No 4
ESURP/AF/POLE/33/DC/TA)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
D1.4 No 3
90°), Dwg No. ESURP/AF/POLE/33/DC/TA)
D2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
D2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Set 18
Stay Block
D2.2 Flying Stay Complete with pole & Accessories No 2
D3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) - Insulated
D3.1 km 2.4
(19.1kV)
265mm2 Aluminium Alloy Conductor (AAC) – bare
D3.2 Km 5.5
conductor
Optical Ground Wire OPGW (32 fibers) complete (including
D3.3 km 1.3
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
D3.4 Set 24
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
D3.5 m 200
OPGW joint box on the terminal pole
D3.6 OPGW joint box c/w termination Set 2
D4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
D4.1 m 900
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
D4.2 Set 24
outdoor
D4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
D5 Survey and Bush Clearing
D5.1 Survey and Pegging km 1.2
POLES FOUNDATIONS WORKS
Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
D6
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 165

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Intermediate Pole Top Structure (0 - 5°), Dwg No.
D6.1 No 13
ESURP/AF/POLE/33/INTFOUN)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
D6.2 No 2
ESURP/AF/POLE/33/INTFOUN)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
D6.3 No 4
ESURP/AF/POLE/33/ASTFOUN)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
D6.4 No 3
90°), Dwg No. ESURP/AF/POLE/33/ASTFOUN)
Sub-Total (Schedule D) carried to Summary

Schedule E: 33kV Transmission Line from Jui S/S to Regent S/S


E1 Pole assembly and erection
Intermediate Pole Top Structure (0 - 5°), Dwg No.
E1.1 No 184
ESURP/AF/POLE/33/SC/INT)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
E1.2 No 24
ESURP/AF/POLE/33/SC/AS)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
E1.3 No 32
ESURP/AF/POLE/33/SC/AS)
Large Angle/Dead end Top Structure (60o - 90°), Dwg No.
E1.4 No 4
ESURP/AF/POLE/33/SC/AS)
Terminal Pole Top Structure (Dwg No.
E1.5 No 2
ESURP/AF/POLE/33/SC/TE)
E2 33kV Stay equipment
Stay Equipment complete with pole bracket, clamps, guy rod,
E2.1 bolts and nuts, etc. 33kV Stay Insulator and Stay Wire and Set 124
Stay Block
E2.2 Flying Stay Complete with pole & Accessories No 22
E3 Conductors and OPGW
265mm2 Aluminium Alloy Conductor (AAC) – bare
E3.1 km 44.5
conductor
Optical Ground Wire OPGW (32 fibers) complete (including
E3.2 km 45
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
E3.3 Set 264
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
E3.4 m 200
OPGW joint box on the terminal pole
E3.5 OPGW joint box c/w termination Set 4

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 166

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
E4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
E4.1 m 450
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
E4.2 Set 12
outdoor
E4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 2
E5 Survey and Bush Clearing
E5.1 Survey and Pegging km 13.5
POLES FOUNDATIONS WORKS
Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
E6
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.
Intermediate Pole Top Structure (0 - 5°), Dwg No.
E6.1 No 184
ESURP/AF/POLE/33/INTFOUN)
Light Angle Pole Top Structure (5o - 20°), Dwg No.
E6.2 No 24
ESURP/AF/POLE/33/INTFOUN)
Medium Angle Pole Top Structure (20o - 60°), Dwg No.
E6.3 32
ESURP/AF/POLE/33/ASTFOUN)
Large Angle/Dead end/Terminal Pole Top Structure (60o -
E6.4 6
90°), Dwg No. ESURP/AF/POLE/33/ASTFOUN)
Sub-Total (Schedule E) carried to Summary

Schedule F: 33kV Transmission Line from Wellington S/S to Jui S/S


F1 33kV, Double Circuit Lattice Towers assembly and erection
Double Circuit Tower Type SS (Suspension, Dwg No.
F1.1 No 16
ESURP/AF/TOW/33/DC/SS) of basic height
Double Circuit Tower Type SS (Suspension, Dwg No.
F1.2 No 8
ESURP/AF/TOW/33/DC/SS) with 3M extension
Double Circuit Tower Type SS (Suspension, Dwg No.
F1.3 No 2
ESURP/AF/TOW/33/DC/SS) with 6M extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
F1.4 No 20
ESURP/AF/TOW/33/DC/ST) of basic height
Double Circuit Tower Type ST1 (Tension, Dwg No.
F1.5 No 10
ESURP/AF/TOW/33/DC/ST) with 3M Extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
F1.6 No 1
ESURP/AF/TOW/33/DC/ST) with 6M Extension
Double Circuit Tower Type ST2 (Tension, Dwg No.
F1.7 No 1
ESURP/AF/TOW/33/DC/ST) with 3M Extension

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 167

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
F1.8 Double Circuit Tower Type DE of basic height No 2
Double Circuit Tower Type Specially designed for 90 deg
F1.9 No 1
Angle
F2 Conductors and OPGW
F3.1 265mm2 Aluminium Alloy Conductor (AAC) km 46.8
F3.2 Vibration dampers for 265mm2 AAC 732
Optical Ground Wire OPGW (32 fibers) complete (including
F3.3 km 7.2
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
F3.4 Set 61
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
F3.5 m 400
OPGW joint box on the terminal pole
F3.6 OPGW joint box c/w termination Set 4
F3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings
F3.1 Set 156
and hardware
33kV Polymeric tension insulator set including fittings and
F3.2 Set 420
hardware
F4 Counterpoise Grounding
F4.1 Counterpoise grounding additional to the standard grounding No 12
F5 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
F5.1 m 900
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
F5.2 Set 24
outdoor
F5.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
F6 Survey
F6.1 Tower spotting and Pegging km 6.5
TOWERS FOUNDATIONS WORKS
Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
F7
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.
Double Circuit Lattice Tower Type SS - Foundation in Normal
F7.1 No 21
Soil
Double Circuit Lattice Tower Type SS - Foundation in Wet
F7.2 No 3
Soil
Double Circuit Lattice Tower Type SS - Foundation in
F7.3 No 2
Unfractured Rock

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 168

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Double Circuit Lattice Tower Type ST1 - Foundation in
F7.4 No 23
Normal Soil
Double Circuit Lattice Tower Type ST1 - Foundation in Wet
F7.5 No 3
Soil
Double Circuit Lattice Tower Type ST1 - Foundation in
F7.6 No 6
Unfractured Rock
Double Circuit Lattice Tower Type DE - Foundation in
F7.7 No 1
Normal Soil
Double Circuit Lattice Tower Type DE - Foundation in Wet
F7.8 No 1
Soil
Double Circuit Lattice Tower Type DE - Foundation in
F7.9 No 1
Unfractured Rock
Sub-Total (Schedule F) carried to Summary

Schedule G: 33kV Transmission Line from Jui S/S to Waterloo S/S


G1 33kV, Double Circuit Lattice Towers (Narrow base, basic - height 19m) for 400sq.mm AAC
Double Circuit Tower Type SS (Suspension, Dwg No.
G1.1 No 45
ESURP/AF/TOW/33/DC/SS) of basic height
Double Circuit Tower Type SS (Suspension, Dwg No.
G1.2 No 21
ESURP/AF/TOW/33/DC/SS) with 3M extension
Double Circuit Tower Type SS (Suspension, Dwg No.
G1.3 No 3
ESURP/AF/TOW/33/DC/SS) with 6M extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
G1.4 No 30
ESURP/AF/TOW/33/DC/ST) of basic height
Double Circuit Tower Type ST1 (Tension, Dwg No.
G1.5 No 10
ESURP/AF/TOW/33/DC/ST) with 3M Extension
Double Circuit Tower Type ST1 (Tension, Dwg No.
G1.6 No 3
ESURP/AF/TOW/33/DC/ST) with 6M Extension
G1.7 Double Circuit Tower Type DE of basic height No 4
Double Circuit Tower Type Specially designed for 90 deg
G1.8 No 1
Angle
G2 Conductors and OPGW
G2.1 265mm2 Aluminium Alloy Conductor (AAC) km 118.8
G2.2 Vibration dampers for 265mm2 AAC 1,572
Optical Ground Wire OPGW (32 fibers) complete (including
G2.3 km 18.5
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
G2.4 Set 131
insulated Cu Conductor, Earth Rod & Clamp

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 169

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Approach fiber optic cable to link the substation and the
G2.5 m 400
OPGW joint box on the terminal pole
G2.6 OPGW joint box c/w termination Set 4
G3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings
G3.1 Set 450
and hardware
33kV Polymeric tension insulator set including fittings and
G3.2 Set 672
hardware
G4 Counterpoise Grounding
G4.1 Counterpoise grounding additional to the standard grounding No 26
G5 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
G5.1 m 900
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
G5.2 Set 24
outdoor
G5.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
G6 Survey
G6.1 Tower spotting and Pegging km 17
TOWERS FOUNDATIONS WORKS
Reinforced Concrete foundations, including all associated work such as excavations, soil investigation and foundation
G7
tests, formwork, sheeting, drainage, concrete and stubs including standard grounding, finishing of concrete surface,
Backfill, etc.
Double Circuit Lattice Tower Type SS - Foundation in Normal
G7.1 No 61
Soil
Double Circuit Lattice Tower Type SS - Foundation in Wet
G7.2 No 9
Soil
Double Circuit Lattice Tower Type SS - Foundation in
G7.3 No 5
Unfractured Rock
Double Circuit Lattice Tower Type ST1 - Foundation in
G7.4 No 37
Normal Soil
Double Circuit Lattice Tower Type ST1 - Foundation in Wet
G7.5 No 4
Soil
Double Circuit Lattice Tower Type ST1 - Foundation in
G7.6 No 10
Unfractured Rock
Double Circuit Lattice Tower Type DE - Foundation in
G7.7 No 3
Normal Soil
Double Circuit Lattice Tower Type DE - Foundation in Wet
G7.8 No 1
Soil
Double Circuit Lattice Tower Type DE - Foundation in
G7.9 No 1
Unfractured Rock

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 170

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Sub-Total (Schedule G) carried to Summary

Schedule H: 33kV Transmission Line from Blackhall Road S/S to Wellington S/S
H1 Conductors and OPGW
H1.1 265mm2 Aluminium Alloy Conductor (AAC) km 27.4
H1.2 Vibration dampers for 265mm2 AAC 672
Optical Ground Wire OPGW (32 fibers) complete (including
H1.3 km 8.4
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
H1.4 Set 56
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
H1.5 m 200
OPGW joint box on the terminal pole
H1.6 OPGW joint box c/w termination Set 4
H2 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings
H2.1 Set 98
and hardware
33kV Polymeric tension insulator set including fittings and
H2.2 Set 148
hardware
H3 Counterpoise Grounding
H3.1 Counterpoise grounding additional to the standard grounding No 12
H4 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
H4.1 m 450
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
H4.2 Set 24
outdoor
H4.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 4
Sub-Total (Schedule H) carried to Summary

Schedule I: Upgrade of 33kV Transmission Line Between Freetown 161 S/S, Blackhall Road S/S and Wilberforce S/S
(Provisional amount subject to analysis/adequacy assessment of existing towers and foundations)
I1 33kV, Double Circuit Lattice Towers
Reinforcement of existing Intermediate (IMP) (0 – 1 degree)
I1.1 No 15
Double Circuit lattice Tower Complete with all accessories
Reinforcement of existing Light Angle (1 – 15 degrees)
I1.2 No 15
Double Circuit Tower Complete with all accessories
Reinforcement of existing Intermediate (IMP) (0 – 1 degree)
I1.3 No 81
Double Circuit lattice Tower Complete with all accessories

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 171

SCHEDULE No. 4: Installation and Other Services including but not limited to: construction, decommissioning, installation,
testing, commissioning, etc. and should include rates or prices for local transportation to named place of final destination,
insurance and other services incidental to delivery of the plant, all labor, contractor’s equipment, temporary works, materials,
consumables and all matters and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc. as necessary for the proper execution of the installation and other services,
including all taxes, duties, levies and charges payable in the Employer’s country

Total Total
Unit WHT
Qty Unit Price1
Price1 (10.5%)
Item DESCRIPTION Unit Price
[4] = [5] =
[1] [2] [3] [2]+[3] [1]x[4]
Reinforcement of existing Heavy Angle (IMP) (16 – 90
I1.4 No 35
degree) Double Circuit Tower Complete with all accessories
Reinforcement of existing Terminal Double Circuit Tower
I1.5 No 6
Complete with 33kV Lightening arrestors and all accessories
Reinforcement of existing Section Double Circuit Tower
I1.6 No 60
Complete with all accessories
I2 Conductors and OPGW
I2.1 265mm2 Aluminium Alloy Conductor (AAC) km 138.0
I2.2 Vibration dampers for 265mm2 AAC 2,544
Optical Ground Wire OPGW (32 fibers) complete (including
I2.3 km 24.0
joints kit & fittings) as Earth wire
Grounding for Optical Ground Wire OPGW c/w 35sq.mm
I2.4 Set 212
insulated Cu Conductor, Earth Rod & Clamp
Approach fiber optic cable to link the substation and the
I2.5 m 400
OPGW joint box on the terminal pole
I2.6 OPGW joint box c/w termination Set 6
I3 33kV Insulators & Fittings Designed for 265mm2 AAC
33kV Polymeric suspension insulator sets including fittings
I3.1 Set 90
and hardware
33kV Polymeric tension insulator set including fittings and
I3.2 Set 2,364
hardware
I4 Counterpoise Grounding
I4.1 Counterpoise grounding additional to the standard grounding No 22
I5 Cable Works
3x(1x300mm2) 33kV, single core XLPE/SWA/PVC Cu Cable
I5.1 m 1,350
(route length)
33kV Cable Termination kits (set of 1-phase, 300mm2),
I5.2 Set 36
outdoor
I5.3 33kV Surge Arrestor (Set of 3No) c/w brackets and clamps Set 6
Sub-Total (Schedule I) carried to Summary

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 172

SCHEDULE OF RATES AND PRICES


Energy Sector Utility Reform Project (ESURP)
SCHEDULE No. 4 (Summary): Installation and Other Services including but not
limited to: construction, decommissioning, installation, testing, commissioning, etc.
and should include rates or prices for local transportation to named place of final
destination, insurance and other services incidental to delivery of the plant, all labor,
contractor’s equipment, temporary works, materials, consumables and all matters
and things of whatsoever nature, including operations and maintenance services, the
provision of operations and maintenance manuals, training, etc. as necessary for the
proper execution of the installation and other services, including all taxes, duties,
levies and charges payable in the Employer’s country
Item Description Total Price1
Total Schedule 4 A: 33kV Transmission Line from Freetown 161
1.1
S/S to Aberdeen S/S
Total Schedule 4 B: 33kV Transmission Line from Freetown 161
1.2
S/S to Falcon Bridge S/S
Total Schedule 4 C: 33kV Transmission Line from Falcon Bridge
1.3
S/S to Cline Town S/S
Total Schedule 4 D: 33kV Transmission Line from Cline Town
1.4
S/S to Blackhall Road S/S
Total Schedule 4 E: 33kV Transmission Line from Jui S/S to
1.5
Regent S/S
Total Schedule 4 F: 33kV Transmission Line from Wellington S/S
1.6
to Jui S/S
Total Schedule 4 G: 33kV Transmission Line from Jui S/S to
1.7
Waterloo S/S
Total Schedule 4 H: 33kV Transmission Line from Blackhall Road
1.8
S/S to Wellington S/S
Total Schedule 4 I: Upgrade of 33kV Transmission Line Between
Freetown 161 S/S, Blackhall Road S/S and Wilberforce S/S
1.9
(Provisional amount subject to analysis/adequacy assessment of
existing towers and foundations)
Total Schedule 4 (to Schedule 5 Grand Summary)

Name of Bidder: ______________________________

Signature of Bidder: ____________________________

1 Specify currency in accordance with ITB 18

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 173

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 174

Schedule No. 5. Grand Summary


Item Description Total Price1
Foreign Local
A Total Schedule No. 1. Plant, and Mandatory Spare
Parts Supplied from Abroad
B Total Schedule No. 2. Plant, and Mandatory Spare
Parts Supplied from Within the Employer’s Country
C Total Schedule No. 3. Design Services
D Total Schedule No. 4. Installation and Other Services
E Sub-Total (A+B+C+D)
F Contingency (10% of E) to be administered by
Purchaser/Employer
TOTAL (to Letter of Bid)

Name of Bidder

Signature of
Bidder

1
Specify currency in accordance with ITB 18. Create and use as many columns for Foreign Currency
requirement as there are foreign currencies

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 175

Schedule No. 6. Recommended Spare Parts


Item Description Qty. Unit Price Total Price
CIF or CIP EXW
(foreign parts) (local parts)
(1) (2) (3) (1) x (2) or(3)

Name of Bidder

Signature of Bidder

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 176

Price Adjustment
Not Applicable

Technical Proposal
- Site Organization
- Method Statement
- Mobilization Schedule
- Construction Schedule
- Plant
- Contractor’s Equipment
- Personnel
- Proposed Subcontractors for Major Items of Plant and Installation Services
- Others

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 177

Site Organization
Bidders shall provide the hierarchical organization chart indicating head office and field
personnel that would be involved in the Management and Construction works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 178

Method Statement
Provide adequate narrative detailing the sequence and methods to carry out the
works in strict adherence to the specifications and the Environmental and Social
Safeguard policies of the Bank including:
• Design, Supply & Installation: Substation, and equipment design procedure,
the procedure for procurement of major equipment and materials, procedure
for civil & installation work;
• Quality control measures: Adequate narration of specific quality control
measures at design, manufacture, erection, installation, testing and
commissioning stages of the project. The presentation shall include
recruitment/selection of the subcontractors/sub suppliers if any and how they
will be supervised;
• Environment, Social, Health and Safety (ESHS) Management Strategy and
Implementation Plans (C-ESMP): The preliminary Contractor’s
Environmental, Health and Social Management Plan should include an
identification of expected Environmental, Health and safety hazards, and
mitigation measures that will be adopted to ensure that the projects are
completed without accidents, and with minimum negative impact on the
environment. Bidders shall prepare their preliminary C-ESMP based on the
ESMP in the ESHIA report prepared by EDSA. The ESHIA report would be
made available to prospective bidders;
• Workers’ ESHS Code of Conduct: Adequacy of ESHS Code of Conduct that
will apply to the employees and sub-contractors of the contractor, and
details of how it will be enforced

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 179

Mobilization Schedule
Bidders shall provide the mobilization schedule in the form of bar chart showing the schedule
for undertaking the activities leading to contract effectiveness and the sequence of mobilizing
personnel and work items to site.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 180

Construction Schedule
Bidders shall provide the construction schedule in a bar chart form showing the sequence for
undertaking the key events from notification of award through construction up until
commissioning, handover and defect liability period. The activities should include but not
limited to the period for site testing, detailed designs, civil works, procurement of materials,
manufacturing, delivering, installation of equipment, testing, commissioning and hand over
(provision of as-built-documentation).

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 181

Plant
Bidders shall complete the Technical Data Sheet (Technical Schedules) for all plants as
requested in the Technical Specifications and provided below.
The Technical Schedules form an integral part of the corresponding Technical Specifications
in Volume II of this bidding document and shall be completed as follows:
The Bidder shall be bound to adhere strictly to the requirements, design data and criteria as
stated in these Technical Schedules or elsewhere in the Specifications.
Concerning the Technical Schedules only the "Offered" columns of the following pages must
be filled-in by the Bidder, without omission. The manner and breakdown of these pages must
not be changed, i.e. the Bidder must in no case add or change anything within the
requirements or the "Required" columns. The values stated by the Bidder shall be guaranteed
values. If a particular item is not applicable or not quoted, the letters NA (not applicable) or
NQ (not quoted) shall be typed in the space provided. For any data not duly inserted in the
data sheets, the most unfavorable data stated by any competitor may be used for evaluation
purposes. The Employer also reserves the right to reject all such bids.
If the Bidder's bid contains deviations from the "Specifications" ("Technical Characteristics"
and/or Technical Schedules), these and any further explanations must be stated on extra
sheets only, clearly declared as "List of Deviations".
All these points in which the "Specifications" ("Technical Characteristics" and/or Technical
Schedules) cannot be fulfilled shall be stated and explained separately. Whenever the Bidder
is able to bid better values than required, they are invited to state this. The expression like "or
equivalent" for the manufacturers' names is unacceptable and shall be disregarded
The schedules should be accompanied by the relevant equipment manuals/brochures)
Each Schedule shall be signed off by the bidder as indicated below:

Date: -------------------------------- Bidder’s Stamp and Signature: ---------------------

Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 182

Lot 1 – Technical Schedules/Data Sheets

The column headed “Bidder’s Offer” shall be completed and each page of the Schedules signed and
stamped by the bidder. Bidders should also attach relevant equipment manuals/brochures.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 183

Table of Contents

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer ................. 185

Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit Breaker ................... 194

Technical Schedule/Data Sheet for 161kV Outdoor Disconnect Switch .............................. 199

Technical Schedule/Data Sheet for 16lkV Potential Transformers ...................................... 201

Technical Schedule/Data Sheet for 161kV Outdoor Current Transformers ......................... 203

Technical Schedule/Data Sheet for 161kV Outdoor Post Insulators .................................... 204

Technical Schedule/Data Sheet for 161kV Outdoor Surge Arresters ................................... 205

Technical Schedule/Data Sheet for 33kV Outdoor Live Tank Circuit Breakers .................. 206

Technical Schedule/Data Sheet for 33kV Outdoor Disconnect Switches ............................ 208

Technical Schedule/Data Sheet for 33kV Outdoor Earthing Switches ................................ 210

Technical Schedule/Data Sheet for 33kV Outdoor Post Insulators ...................................... 212

Technical Schedule/Data Sheet for 33kV Outdoor Voltage Transformers .......................... 213

Technical Schedule/Data Sheet for 33kV Outdoor Current Transformers ........................... 215

Technical Schedule/Data Sheet for 33/11 KV, 20/26 MVA Power Transformers ............... 216

Technical Schedule/Data Sheet for 11/0.415 kV, 100kVA Auxiliary Services Transformer
............................................................................................................................................... 220

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single
Busbar) .................................................................................................................................. 224

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double
Busbar) .................................................................................................................................. 233

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear ............... 243

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes .......... 251

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations .............. 266

Technical Schedule/Data Sheet for 1Cx300mm2 11 kV Cables and Terminations .............. 270

Technical Schedule/Data Sheet for 3Cx240mm2 11 kV Cables and Terminations .............. 274

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 184

Technical Schedule/Data Sheet for 3Cx70mm2 11 kV Cables and Terminations ................ 278

Technical Schedule/Data Sheet for 4Cx70mm2 0.4 kV Cables and Terminations ............... 282

Technical Schedule/Data Sheet for Control and Signal Cables without Armoring (4, 7, 12, 19,
27x2.5mm2)........................................................................................................................... 286

Technical Schedule/Data Sheet for Control and Signal Cables with Steel Tape Armoring (4,
7, 12, 19, 27x2.5mm2)........................................................................................................... 289

Technical Schedule/Data Sheet for Batteries ........................................................................ 292

Technical Schedule/Data Sheet for Battery Charger (Rectifier)........................................... 294

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 185

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power


Transformer
Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer
Description Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level (m) <1000
- ambient temperature (0C):
- maximum value + 40
- minimum value +15
- average yearly value +30
Standard in force (with reservations as mentioned in
IEC
the technical specifications)
Number of windings 2
Number of phases 3
Rated frequency (Hz) 50
Rated power (MVA)
- cooling type ONAN 35/35
- cooling type ONAF 40/40
Rated voltages (kV):
- HV winding 161
- LV winding 33
Voltage ratio and tapping (kV) 161±10%/33
Regulation ±8 taps each of 1.25%
Number of tapping positions (n) 17
Coarse fine tap selector or
Regulation method reversing switch
connection
Type of Tap-Changer On-load
Connection of phases:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 186

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
Star with external
- HV winding
neutral
- LV winding Star with external neutral
Connection symbols
- HV/LV YNyn0
Insulation of windings:
Graded (solidly grounded
- HV winding
neutral)
- LV winding Uniform
Maximum continuous operating voltage of windings
(kV):
- HV winding 178

- LV winding Value consistent with HV


side
Tapping powers Rated power
Cooling method ONAN/ONAF
Cooling system:
- ONAN, number of radiators Bidder to provide
- ONAF, number of fans Bidder to provide
Temperature rise (deg. C):
- average winding <60
- top oil <55
- core surface <75
- winding hot spot <70
Loading conditions with the above temperature rise
and one radiator out of service (MVA):
- ONAN HV/LV 35/35
- ONAF HV/LV 40/40
Particular operating conditions:
- operation continuously at no load on any tap in the
178
range ±4x1.25%, with HV equal to (kV)
10
- increase up to 1.4 times normal flux (secs)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 187

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
Short circuit power of feeding system (MVA):
- HV side Infinite
- LV side 2000
No-load losses guaranteed (kW):
- at rated voltage and frequency < 24
- at 1.10 rated voltage and rated frequency Bidder to provide
- at 1.15 rated voltage and rated frequency Bidder to provide
No-load current on 40MVA base (%):
- at rated voltage and frequency <0.1
- at 1.10 rated voltage and frequency Bidder to provide
- at 1.15 rated voltage and frequency Bidder to provide
Load losses (kW) on 35/40MVA base referred to
35MVA 40MVA 35MVA 40MVA
+75oC
Bidder to Bidder to
- 161kV+10%/33kV (H1)
provide provide
Bidder to Bidder to
- 161kV/33kV(H0)
provide provide
Bidder to Bidder to
- 161kV-10%/33kV (H2)
provide provide
Load losses guaranteed, calculated as (2H0+H1+H2)/4
≤62 ≤108
kW
Total power consumption of fans, ONAF (W) Bidder to provide
Impedance voltage at 75oC on 35MVA base at ratio
(%)
- 161+10%/33kV ≤9
- 161/33kV 8.5
- 161-10%/33kV ≥ 8.1
Resistance voltage on principal tapping at 75 deg.
Celsius and full power, at ratio 161/33kV, base Bidder to provide
40MVA (%)
Magnetizing impedance with zero sequence
energization, at base rated power (40MVA) and HV side feeding and LV
voltage (%). side open circuited

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 188

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
Zero sequence impedance voltage, at base rated power HV side feeding and LV
(40MVA) and voltage (%) short circuited.
Permissible duration of operation when the
transformer is subjected to a zero-sequence voltage
component as hereunder specified-due to a single-
phase-to-ground fault in HV side, etc.:
- 5% Phase to ground Bidder to provide
- 10% Phase to ground Bidder to provide
- 20% Phase to ground Bidder to provide
- 40% Phase to ground Bidder to provide
- 60% Phase to ground Bidder to provide
- 80% Phase to ground Bidder to provide
- 100% Phase to ground Bidder to provide
The transformer is capable of withstanding the type of
Yes
short circuits described in the specifications
Name and location of test station where the prototype
Bidder to provide
short circuit test will be performed
Audible sound level (LpA), ONAF at mean tap (with
all
58
accessories operating), with rated voltage and
frequency at a measuring distance of 2m
Separate source power frequency withstand voltage
(kV rms):
- HV winding 140
- LV winding 70
Induced withstand voltage on HV winding (kV rms) 275
Lightning impulse withstand voltage, 1.2/50 micro
sec., full-wave (kV peak):
- HV winding 650
- LV winding 170
Partial Discharges (Um = 170kV)
Max apparent charge (pc)
Phase-to-phase voltage Duration
1.2 Um 15 min < 100 p c

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 189

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
1.5 Um 60 min. < 150 p c
1.2 Um 15 min. < 100 p c
On-load tap-changer:

- manufacturer and type MR OLTC type MIII


350Y
- rated voltage to ground (kV rms) 72.5
- rated current (A) > 350
- tap voltage combined with maximum operating
2012/1.732
current (V)
- maximum tap voltage (V) <1500
- permitted current with maximum tap voltage (A) >350
- number of operations before maintenance:
- greasing >100,000
- oil replacement >100,000
- replacement of contacts of diverter switch, etc. ≥ 200,000
- impulse and power frequency insulation levels as per
IEC 214/1989 (kV/peak; kV rms)
- to ground >350, >140
- between taps Bidder to provide
- between first and last contacts of selector Bidder to provide
- between any two adjacent contacts of diverters. >200, >70
Characteristics of bushings:
• windings at 161kV, line terminals:

- rated voltage (kV) 170


- power frequency withstand voltage (kV rms) 325
- lightning impulse withstand voltage 1.2/50 micro
750
sec, full wave (kV peak)
- rated current (A) >400
- minimum creepage distance(mm) >5100
- manufacturer’s name, Bidder to provide
• windings at 161kV, neutral terminal:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 190

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
- rated voltage (kV) 72.5
- power frequency withstand voltage (kV rms) 140
- lightning impulse withstand voltage 1.2/50 micro
325
sec, full wave (kV peak)
- rated current (A) >400
- minimum creepage distance (mm) Bidder to provide
- manufacturer’s name, Bidder to provide
• windings at 33kV, line terminals:
- rated voltage (kV) 52
- power frequency withstand voltage (kV rms) 95
- lightning impulse withstand voltage 1.2/50 micro
250
sec, full wave (kV peak)
- rated current (A) > 1000
- minimum creepage distance (mm) 1080
- manufacturer’s name and type Bidder to provide
• windings at 33kV, neutral terminal:
- rated voltage (kV) 52
- power frequency withstand voltage (kV rms) 95
- lightning impulse withstand voltage 1.2/50 micro
250
sec, full wave (kV peak)
- rated current (A) > 1000
- minimum creepage distance (mm) Bidder to provide
- manufacturer’s name and type Bidder to provide
Phase-to-phase clearance between live parts of HV
170
terminals (cm)
Characteristics of windings:

- material Copper
- current density at rated power and voltage
(A/sq.mm):
- HV winding (40MVA) Bidder to provide
- Regulation winding Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 191

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
- LV windings (40MVA) Bidder to provide
- total weight of copper (kg) Bidder to provide
- insulation of windings paper
Characteristics of magnetic circuit:
3-legged core type (or
- type
shell type)
- material Bidder to provide
- flux density in the core at rated voltage and
1.65
frequency on principal tapping (Tesla)
- weight of magnetic circuits (tons) Bidder to provide
Cover Type, bolted to
Type of tank
flanged tank
Thickness of tank walls
- sides Bidder to provide
- cover Bidder to provide
Ability to withstand vacuum (mm Hg) <0.3
Leakage over-pressure test (kg/sq.cm) at tank top 0.7 kg/sq.cm - 24h
Tolerances see technical specs.
Current transformers in HV (170kV) bushings:
Oil-immersed bushing
- type
type
- manufacturer Bidder to provide
- highest system voltage (kV rms) >0.6
- ratio (for phase) 150/1/1/1
- ratio (for neutral) 50/1/1
- number of cores:
for metering 1
for protection 2
- rated continuous thermal current (per unit) 1
- rated short-time thermal current (kA rms) >20
- rated dynamic current (kA peak) >50

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 192

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer
- burden (VA):
for metering  30
for protection  30
- accuracy class
for metering 0.5
for protection 5P
- accuracy limit factor:
- for metering 0.5
- for protection 20
Weight of part to be heaved out of tank Bidder to provide
Weight of filling oil (tons) Bidder to provide
Net weights (tons)
- core and coils (active part) Bidder to provide
- tank and fittings Bidder to provide
- complete unit (excluding oil) Bidder to provide
Gross weight for transportation of heaviest part (tons): Bidder to provide
- with oil Bidder to provide
- without oil Bidder to provide
Gross weight of complete unit (tons)
- with oil Bidder to provide
- without oil Bidder to provide
Approximate dimensions (m)

- overall height Bidder to provide


- height over tank Bidder to provide
- length Bidder to provide
- width Bidder to provide
Dimensions for transportation of the heaviest parts (m)
- height Bidder to provide
- length, width Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 193

Technical Schedule/Data Sheet for 161/33kV, 35/40MVA Power Transformer


Description Required Bidder’s Offer

Lightning arrester mounted on transformer and


connected to
- 33kV terminals Yes
- Manufacturer’s name Bidder to provide
- Technical characteristics Bidder to provide

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 194

Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit


Breaker
Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit Breaker

Description Unit Required Bidder’s Offer

Manufacturer Bidder to provide

Country of Manufacturing Bidder to provide

Designation & Type Bidder to provide


Service Conditions
- elevation above sea level m <1000
- ambient temperature:
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Number of Poles 3
Interrupting units per pole 1
Class / Type Outdoor
-Live Tank
Rated Voltage kV 170
Rated Insulation Level:
(a) Lightning impulse withstand voltage kV Peak 750
(b) Power frequency withstand voltage kV rms 325
Rated Frequency Hz 50
Rated Normal Current A 630
Rated Cable-Charging Breaking Current A 160
Associated Maximum Switching kV IEC 60056
Overvoltage
Is the Circuit Breaker Restrike-Free? A Yes
Rated Small Inductive Breaking Current A
First-Pole-to-Clear Factor 1.5
Rated Line-Charging Breaking Current A 63
Rated Short Circuit Breaking Current:
(a) RMS Value of AC Component kA 31.5

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 195

Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit Breaker

Description Unit Required Bidder’s Offer


(b) percentage of DC Component % IEC 60056
Are the rated transient recovery
voltages/times and characteristics for Yes
faults as listed in IEC 60056
Out-of-Phase Breaking Current kA IEC 60056
Rated Short Circuit Making Current kA 80
Rated Duration of Short Circuit s 3
Rated Operating Sequence O-0.3s-CO-1min-CO
Circuit Breaker designed for triple and Yes
single pole rapid auto reclosing?
Circuit Breaker Opening Time: ms ≤30
Circuit Breaker Total Break Time ms ≤50
Maximum Time Discrepancy between
First and Last Contact
- at opening ms ≤3
- at closing ms ≤3
Circuit Breaker Closing Time ms ≤65
Maximum Make Time ms Bidder to provide
Minimum Dead Time ms Bidder to provide
Insulator Creepage to Earth (min.) mm 5100
HV Terminals:
(a) Type Bidder to provide
(b) Materials Bidder to provide
(c) Dimensions Bidder to provide
(d) Standard Specification IEC 60518
Parallel interpole spacing mm 3000
Minimum Clearances in Air:
(a) Live Parts to Earth mm 4500
(b) Bottom of Live Insulator to Earth mm 2300
Maximum Permissible Horizontal Pull on
HV Terminal:
(a) Parallel to Pole kN Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 196

Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit Breaker

Description Unit Required Bidder’s Offer


(b) Perpendicular to Pole kN Bidder to provide
Close Coil
(a) Rated Voltage VDC 125
(b) Power Consumption W Bidder to provide
(c) Maximum/Minimum Operating % 110/85
Voltage
Number of Trip Coils 2
(a) Rated Voltage of each Element VDC 125
(b) Power Consumption W Bidder to provide

(c) Maximum/Minimum Operating % 110/70


Voltage
Tripping mechanism function correctly
Yes
when one or both trip coils are energized
Mechanism Cabinet Heaters:
(a) Rated Voltage of each Element VAC 240
(b) Rated Power of each Element W Bidder to provide
(c) Minimum number of Normally-Open 8
Contacts
(d) Minimum Number of Normally- 8
Closed Contacts
Single phase AC socket outlet Yes
SF6Gas
(a) Quantity of SF6 per Pole at 0.1 MPa Liter Bidder to provide
(b) Rated Supply Pressure of SF6 MPa Bidder to provide
(c) Minimum SF6 Gas Pressure for Bidder to provide
Making and Breaking the Rated SC
MPa
Currents
(d) Minimum SF6 Gas Pressure to Bidder to provide
Maintain Insulation Withstand Levels.
MPa
(e) SF6 Gas Leakage rate per annum % 0.1
Driving Mechanism
Type (MW Spring)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 197

Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit Breaker

Description Unit Required Bidder’s Offer


(a) Rated Voltage of Motor VDC 125
(b) Power Consumption of Motor kW Bidder to provide
(c) Does the Mechanism Offered Satisfy Bidder to provide
the Conditions in technical specifications?
(d) Does the MW spring have remote Bidder to provide
indication of spring charged and spring
charge fail conditions
Compressor motor VAC Bidder to provide
Minimum Period, Dating from Delivery of Years Bidder to provide
Equipment during which a full range of
Spare Parts will be available
Are the essential tools for erection and
Yes
maintenance listed and described?
Availability of Spare Parts Yes
Total Weight of the complete circuit kg Bidder to provide
Breaker erected
Local control cabinet, weather-proof
Yes
version to IP44 and supporting structure
Support structure for CB Yes
Mechanical Operation counter Yes
Anti-pumping relay Yes
Poles discrepancy-signaling relays with
Yes
time delay of 0 – 1 sec.
Phase discrepancy relay Yes
Mechanical position indicator for each
Yes
pole ‘ON’ & ‘OFF’
SF6 gas filling-in device Yes
Under-voltage trip circuit Yes
Local-Remote selector switch Yes
Trip and close inhibit relay Yes
CB position indicator lamps Yes
CB Watcher: Electronic controller device Yes
Electronic gas density monitoring device Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 198

Technical Schedule/Data Sheet for 161kV Outdoor live Tank Circuit Breaker

Description Unit Required Bidder’s Offer


Emergency manual trip lever/button on
Yes
local control cabinet.
Control panel internal lights Yes
LIMITS OF SUPPLY
Earthing Connection points on Circuit
Yes
Breaker Structures
SF6 gas for first filling Yes
Anchor Bolts Yes

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 199

Technical Schedule/Data Sheet for 161kV Outdoor Disconnect Switch


Technical Schedule/Data Sheet for 161kV Outdoor Disconnect Switch
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Designation and Type Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Class/Type Outdoor
Disconnects: Pole Spacing mm 3000
Rated Voltage kV rms 170

Rated Insulation Level (to earth)


- Impulse (1.2/50 s) kV peak 750
- Power Frequency for 1 min kV rms 325
Rated Insulation Level (Across Open
Disconnect)
- Impulse kV peak 860
- Power Frequency for 1 min kV rms 375
Creepage Path to Earth (min) mm 5100
Rated Normal Current A 1250
Rated Short Time Current (3 sec) kA 31.5
Rated Peak. Withstand Current kA 80
Type of Drive for Disconnect Switch D.C. Motor
- At Voltage VDC 125
Have Type Tests been carried out to IEC Yes
60129 and IEC 60694
Do the Disconnects Switch as mounted
conform to Specification in the
following respects:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 200

Technical Schedule/Data Sheet for 161kV Outdoor Disconnect Switch


Description Unit Required Bidder’s Offer
- Clearances Yes
- Controls Yes
- Interlocking Yes
- Position Indications Yes
Steel Supporting Structures Yes

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 201

Technical Schedule/Data Sheet for 16lkV Potential Transformers


Technical Schedule/Data Sheet for 16lkV Potential Transformers
Description Unit Required Bidder’s
Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Standards in force (with reservations as IEC
mentioned in Tech. Specifications)
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Nominal system voltage kV 161
Highest continuous operating voltage kV 178.5
Rated frequency Hz 50
Rated Voltage
- primary kV 161/√3
- secondary V 110/√3
Secondary windings 2
Protection winding
- Rated burden VA 250
- Accuracy class 3P
Metering winding
- Rated burden VA 250
- Accuracy class 0.2s
Rated Capacitance pf ≥5,000
Insulation levels
- Power frequency withstand voltage kV rms 325
- Lightning impulse withstand voltage kV peak 750

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 202

Technical Schedule/Data Sheet for 16lkV Potential Transformers


Description Unit Required Bidder’s
Offer
Rated voltage factor
- continuous service 1.2
- 30 seconds duration 1.5
Temperature rise see Tech. Specs
Mechanical strength see Tech. Specs
Insulators
- manufacturer Bidder to provide
- type Bidder to provide
- rated voltage kV 170
- minimum creepage distance mm 5100
Gaskets non-ageing neoprene
or nitrile rubber or
other approved
material

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 203

Technical Schedule/Data Sheet for 161kV Outdoor Current Transformers


Technical Schedule/Data Sheet for 161kV Outdoor Current Transformer
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Insulation Medium Bidder to provide
Sealing Bidder to provide
Ratios: A 200-100/1/1/1
Secondary Current A 1
Outputs and Accuracy Class
- Core 1 (metering) 30VA, 0.2S
- Core 2 (protection) 30VA, TPS
Rated Extended Primary Current % 120
Rated Insulation Levels
- Impulse kV peak 750
- Power Frequency for 1 min kV rms 325
Creepage Path to Earth mm 5100

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 204

Technical Schedule/Data Sheet for 161kV Outdoor Post Insulators


Technical Schedule/Data Sheet for 161kV Outdoor Post Insulators
Description Unit Required Bidder’s Offer

Manufacturer Bidder to provide

Country of Manufacturing Bidder to provide

Manufacturer’s type designation Bidder to provide


Service Condition
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type/Class Bidder to provide
Rated Voltage kV 170
Rated Insulation Level (to earth)
- Impulse kV peak 750
- Power Frequency for 1 min kV rms 325
Creepage Path to Earth mm 5100
Strength Class Chosen N Bidder to provide
Calculated Maximum Load on Which the Bidder to provide
Strength Class was chosen.
Do the Post Insulators, when erected, give
the required clearances between conductors Yes
and earth?
Have the Type Tests been carried out in
Yes
accordance with IEC 60168
Steel Supporting Structure Yes
Minimum height of steel supporting structure mm 3000

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 205

Technical Schedule/Data Sheet for 161kV Outdoor Surge Arresters


Technical Schedule/Data Sheet for 161kV Outdoor Surge Arresters

Description Unit Required Bidder’s Offer

Manufacturer Bidder to provide

Country of Manufacturing Bidder to provide

Manufacturer’s type designation Bidder to provide

Service Condition
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type/Class Bidder to provide
Nominal Voltage kV 161
Rated Voltage kV 156
Nominal Discharge Current kA 10
IEC Discharge Class 3
Lightning Impulse Protection Level kV peak 406
Energy Discharge Capacity kJ/kV 7.5
Porcelain Housing:
- Lightning Impulse Test Value kV peak 750
-Power Frequency Voltage Test Value kV rms 325
Minimum creepage distance mm 5100
Steel Supporting Structure Yes
Minimum height of steel supporting mm 3000
Structure

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 206

Technical Schedule/Data Sheet for 33kV Outdoor Live Tank Circuit


Breakers
Technical Schedule/Data Sheet for 33kV Outdoor Live Tank Circuit Breakers
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
ARC Quenching Medium Vacuum
Is the current breaker single pressure, puffer Yes
type?
Rated Voltage kV rms 36
Minimum Rated Normal Current A 1250
Rated Short Circuit Breaking Current kA 25
Rated Short Circuit Making Current kA 50
Interrupting Time s 3 cycles
First-Pole-To-Clear-Factor 1.5
Voltage Range Factor “K” 1.0
Impulse Withstand kV 200
Rated Transient Overvoltage Factor 2.5
Rated Line Charging Current A 100
Rated Cable Charging Breaking Current A 50
Rated Isolated Shunt Capacitor Bank A 250
Current
Rated Back to Back Shunt Capacitor Bank A 250
Current
Rated Small Inductive Breaking Current A Bidder to provide
Rated Transient Recovery Voltage (Table 11a

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 207

Technical Schedule/Data Sheet for 33kV Outdoor Live Tank Circuit Breakers
Description Unit Required Bidder’s Offer
IEC60056)
Rated Short Line Fault Line Characteristic (Table V IEC
60056)
Rated Duration of Short Circuit 1sec.
Rated Out-Of-Phase Breaking Current kA kA (IEC 60056)
(with rate of rise 0.43kV/tts)
Rated Operating Sequence O-0.3S-CO-3 min-
CO

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 208

Technical Schedule/Data Sheet for 33kV Outdoor Disconnect Switches


Technical Schedule/Data Sheet for 33kV Outdoor Disconnect Switches
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type/Class Bidder to provide
Disconnects: Pole Spacing mm 500
Rated Voltage kV rms 36
Rated Insulation Level (to Earth)
- Impulse kV peak 170
- Power Frequency for 1 min kV rms. 70
Rated Insulation Level Across Open
Disconnect
- Impulse kV peak 195
- Power Frequency for 1 min kV rms. 80
Creepage Path to Earth (min) mm 1080
Rated Normal Current A 1250
Rated Shor Circuit Current (3 sec) kA 25
Rated Dynamic Withstand Current kA 80
Mode of operation Manual
Have Type Tests been carried out to IEC Yes
60129 and IEC 60694
Do the disconnect switch as mounted
conform to specification in the following
respects:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 209

Technical Schedule/Data Sheet for 33kV Outdoor Disconnect Switches


Description Unit Required Bidder’s Offer
- Clearances Yes
- Position Yes

Date: -------------------------------- Bidder’s Stamp and Signature: ---------------------

Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 210

Technical Schedule/Data Sheet for 33kV Outdoor Earthing Switches


Technical Schedule/Data Sheet for 33kV Outdoor Earthing Switches
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type/Class Bidder to provide
Disconnects: Pole Spacing mm 500
Rated Voltage kV rms 36
Rated Insulation Level (to Earth)
- Impulse kV peak 170
- Power Frequency for 1 min kV rms. 70
Rated Insulation Level Across Open
Disconnect
- Impulse kV peak 195
- Power Frequency for 1 min kV rms. 80
Creepage Path to Earth (min) mm 1080
Rated Normal Current A Bidder to provide
Rated Shor Circuit Current (3 sec) kA Bidder to provide
Rated Dynamic Withstand Current kA Bidder to provide
Mode of operation Manual
Have Type Tests been carried out to IEC Yes
60129 and IEC 60694
Do the earthing switches as mounted
conform to specification in the following
respects:
- Clearances Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 211

Technical Schedule/Data Sheet for 33kV Outdoor Earthing Switches


Description Unit Required Bidder’s Offer
- Position Yes

Date: -------------------------------- Bidder’s Stamp and Signature: ---------------------

Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 212

Technical Schedule/Data Sheet for 33kV Outdoor Post Insulators


Technical Schedule/Data Sheet for 33kV Outdoor Post Insulators
Description Unit Required Bidder’s Offer
Manufacturer Bidder to
provide
Country of Manufacturing Bidder to
provide
Manufacturer’s type designation Bidder to
provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type/Class Bidder to
provide
Rated Voltage kV rms. 36
Rated Insulation Level (To Earth)
- Impulse kV peak 170
- Power Frequency for 1 min kV rms. 70
Creepage Path to Earth mm 1080
Strength Class Chosen N Bidder to
provide
Calculated maximum load on which the strength Bidder to
class was chosen provide
N
Do the post insulators, when erected, give the Yes
required clearances of conductors to earth
Have the type tests been carried out in accordance Yes
with IEC 60168

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 213

Technical Schedule/Data Sheet for 33kV Outdoor Voltage Transformers


Technical Schedule/Data Sheet for 33kV Outdoor Voltage Transformers
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type/Class Bidder to provide
Insulation Medium Bidder to provide
Sealing Bidder to provide
Ratios kV 33/√3 / 0.11/√3 /
0.11√3
Secondary Voltages V 110/3 and 110/√3
Outputs and Accuracy Class
- Core 1 for Metering 100VA, 0.2S
- Core 2 for Protection 100VA, 5P.20
Rated Voltage Factor (Continues) 1.2
Rated Voltage Factor (30 sec): 1.5
Rated Insulation Levels (To Earth)
- Impulse kV peak 170
- Power Frequency for 1 min kV rms. 70
Creepage Path to Earth (min) mm 1080

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 214

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 215

Technical Schedule/Data Sheet for 33kV Outdoor Current Transformers


Technical Schedule/Data Sheet for 33kV Outdoor Current Transformers
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Insulation Medium Bidder to provide
Sealing Bidder to provide
Ratios A 800-400/1/1/1A
Secondary Current A 1
Outputs and Accuracy Class
- Core 1 (Metering) 30VA 0.2S
- Core 2 (Protection) 30VA 5P.20
- Core 2 (Protection) 30VA 5P.20
Rated Extended Primary Current %
Rated Insulation Levels (To Earth):
- Impulse kV peak 170
- Power Frequency for 1 min kV rms 70
Creepage Path to Earth mm 1080

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 216

Technical Schedule/Data Sheet for 33/11 KV, 20/26 MVA Power


Transformers
Technical Schedule/Data Sheet for 33/11 KV, 20/26 MVA Power Transformers
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type 3-phase, oil-immersed
Installation outdoor
Rated service voltage
- Primary side (primary voltage) kV 33
- Secondary side (secondary voltage) kV 11
Rated maximum no-load voltage at
rated frequency and nominal tap on:
- Primary kV 36
- Secondary kV 12
Rated power ONAF (primary/ MVA 26/26
secondary)
Rated power ONAN (primary/ MVA 20/20
secondary)
Rated frequency Hz 50
Rated current
- Primary side A Bidder to provide
- Secondary side A Bidder to provide
Short time withstand current
- Primary side kA 31.5

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 217

Technical Schedule/Data Sheet for 33/11 KV, 20/26 MVA Power Transformers
Description Unit Required Bidder’s Offer
- Secondary side kA 25
Short time duration s 3
Tap Changer On-load
Tapped winding HV
Principle tapping kV 33
Tapping range ±% ±10
Number of steps ± steps ± 8 x 1.25%
Vector group Dyn11
Insulation uniform
Type of cooling ONAN/ ONAF
No-load losses at rated frequency and kW 12
100% voltage - maximum value
Load losses at rated frequency and
100% voltage (75°C) – maximum
value
- ONAN kW 80
- ONAF kW 100
Material of winding copper
Temperature rise at rated power over
35°C maximum ambient [Performance
Guarantee]
- oil (upper level) °C 45
- winding °C 55
- hot spot winding °C 68
Rated power frequency withstand kV 70/28
voltage 33/11 kV (50Hz, 1min)
Rated lightning impulse withstand
voltage
- 33kV windings kV peak 170
- 11 kV windings kV peak 75
Short circuit impedance at nominal % 10
power

Audible sound level (LpA), ONAF at dB (A) <65


mean tap (with all accessories

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 218

Technical Schedule/Data Sheet for 33/11 KV, 20/26 MVA Power Transformers
Description Unit Required Bidder’s Offer
operating), with rated voltage and
frequency at a measuring distance of
2m
Maximum no-load current % In 0.2
Painting Admiralty Grey shade
No. 632 as per BS 381C

Dimensions
- length mm Bidder to provide
- width mm Bidder to provide
- height mm Bidder to provide
- distance between wheels' centers mm Bidder to provide
Total weight kg Bidder to provide
Oil weight kg Bidder to provide
Applicable standard(s) IEC 60076
Transformer Bushings
- Maximum current carrying capacity
of bushings:
- HV A 120% of IN
- LV A 120% of IN
- Rated service voltage of bushings:
- 33 kV kV 36
- 11 kV, neutral kV 12
- 1 minute, 50 Hz dry withstand
voltage:
- HV bushing kV 70
- LV bushing kV 28
- Impulse withstand voltage:
- HV bushing kV 170
- LV bushing kV 75
Bushing Current transformer – 33 kV HV
- Number of metering cores per 1
bushing

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 219

Technical Schedule/Data Sheet for 33/11 KV, 20/26 MVA Power Transformers
Description Unit Required Bidder’s Offer
- Number of protection cores per 3
bushing
- Accuracy Class metering core 0.2 S FS 5
- Accuracy Class protection cores 5P20
- Burden metering core VA 10
- Burden protection cores VA 30
- Secondary Rated Current A 1
- Ratio (secondary tap) 600-400:1
Bushing Current transformer – Neutral
SEF = Sensitive Earth Fault SEF / REF
REF = Restricted Earth Fault
Number of protection cores 1/1
Accuracy Class protection cores * / 5P20
Burden protection cores VA * / 30
Secondary Rated Current A 1/1
Ratio (secondary tap) *:1 / 100-200:1
‘* to be specified according to
protection relay requirement
Primary terminal box
- Type Air filled cable box
- Termination type Bidder to provide
- Cables 3X(1X300mm2)
Secondary terminal box
- Type Air filled cable box
- Termination type Bidder to provide
- Cables 4x3x(1x300mm2) +
1x(1x300mm2)

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 220

Company __________________ Position in Company ______________

Technical Schedule/Data Sheet for 11/0.415 kV, 100kVA Auxiliary Services


Transformer
Technical Schedule/Data Sheet for 11/0.415 kV, 100kVA Auxiliary Services Transformer
Description Unit Required Bidder’s Offer
Manufacturer Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Service Conditions
- elevation above sea level m <1000
- ambient temperature
0
- maximum value C +40
0
- minimum value C +15
0
- average yearly value C +30
Type 3-phase, oil-
immersed
Installation outdoor
Rated maximum voltage (Primary / kV 12 / 0,43
Secondary)
Rated service voltage
- Primary side (primary voltage) kV 11
- Secondary side (secondary voltage) kV 0,415
Rated power ONAN primary/ secondary kVA 100
Rated frequency Hz 50
Rated current
- Primary side A Bidder to provide
- Secondary side A Bidder to provide
Short time withstand current
- Primary side kA 25
Short time duration s 3
Tap changer Off-load
Tapped winding HV

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 221

Technical Schedule/Data Sheet for 11/0.415 kV, 100kVA Auxiliary Services Transformer
Description Unit Required Bidder’s Offer
Principal tapping at kV 11
Tapping range ±% ± 2 x 2.5
Number of steps ± ±2
Vector group Dyn11
Insulation uniform
Type of cooling ONAN
No-load losses at rated frequency and kW 0.145
100% voltage - maximum value
Load losses at rated frequency and 100% 1.75
voltage (75°C) - maximum value
Material of winding copper
Temperature rise at rated power over 35°C
maximum ambient [Performance
Guarantee]
- oil (upper level) °C 45
- winding °C 55
- hot spot winding °C 68
Rated power frequency withstand voltage
- 11kV bushings kV 28
- 11kV windings kV 28
Rated lightning impulse withstand voltage:
- 11kV bushings kV peak 75
- 11 kV windings kV peak 75
Short circuit impedance at nominal power % 4
Maximum noise level (LpA) at mean tap, dB (A) 70
with rated voltage and frequency at a
measuring distance of 2m
Maximum no-load current % In 0.2
Painting Admiralty Grey
shade No. 632 as per
BS 381C
Dimensions
- length mm Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 222

Technical Schedule/Data Sheet for 11/0.415 kV, 100kVA Auxiliary Services Transformer
Description Unit Required Bidder’s Offer
- width mm Bidder to provide
- height mm Bidder to provide
- distance between wheels' centers mm Bidder to provide
Total weight kg Bidder to provide
Oil weight kg Bidder to provide
Applicable standard(s) IEC 60076
Transformer Bushings
- Maximum current carrying capacity of
bushings:
- HV A 120% of IN
- LV A 120% of IN
- Rated service voltage of bushings:
- HV kV 11
- LV kV 0.415
- LV neutral kV 0.415
Primary terminal box
- Type Air filled cable box
- Termination type Bidder to provide
- Cables 3Cx70mm2 11kV
XLPE/SWA/PVC Cu
Secondary terminal box
- Type Air filled cable box
- Termination type Bidder to provide
- Cables 4Cx70mm2 0.4kV
XLPE/SWA/PVC Cu

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 223

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 224

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated


Switchgear (Single Busbar)
Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Installation indoor
Type tested yes/no yes
First commercial operation of offered type year Bidder to provide
Design maintenance period years Bidder to provide
Standards IEC 62271-
100/102/200
Operating Voltage kV 33
Rated voltage kV 36
Maximum continuous system voltage kV 36
Impulse withstand voltage kV 170
Power frequency withstand voltage (1 min.) kV 70
Rated frequency Hz 50
Rated short circuit current (3s) kA 25
Rated peak short circuit current kA 63
Internal arc resistant in accordance with Yes
IEC 62271-200
Busbars Single
Conductor material for busbar Copper
Material of enclosures and thickness Bidder to provide
Rated busbar current A 1250
Weight of one cubicle feeder (ready for kg Bidder to provide
operation)
Heaviest part of transport unit kg Bidder to provide
Degree of protection
- MV switchgear cubicle IP4X

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 225

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
- LV compartments IP5X
SLD mimic diagram on the front of cubicles yes/no yes
CIRCUIT BREAKER
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 62271-100
Class E2, M2, C2
Arc quenching medium type vacuum
Combined earthing and busbar yes/no Yes
disconnecting
Number of phases 3
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Rated normal current:
- incoming/outgoing A 1250
- transformer A 1250
- bus section A 1250
Rated short circuit breaking current kA 25
Rated short circuit making current kA 63
Rated cable charging breaking current A Bidder to provide
Maximum capacitive breaking current A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 226

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Rated operating sequence O-0.3Sec-CO- 3min
- CO
Closing time ms <60
Dead time ms 300
Break time ms <60
Make time ms <60
Arcing time ms <15
Live span of contacts (for no. of operations)
- at rated continuous current no. 10,000
- at rated breaking current no. 100
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
No. of making coil No 1
No. of tripping coil No 2
Operating mechanism
- for closing Spring
- for opening Spring
Motor
- voltage Vdc 110
- maximum spring recharging time s 25
- power W Bidder to provide
Hand operating facilities yes/no Yes
MAINTENANCE BUSBAR EARTHING
SWITCH
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 227

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Type tested yes/ Yes
no
Standards IEC
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated current A Bidder to provide
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
Operating mechanism Spring
Motor
- voltage Vdc 110
- maximum spring recharging time s 25
- power W Bidder to provide
Hand operating facilities yes/no Yes
MAINTENANCE EARTHING SWITCH
(FEEDERS AND POWER
TRANSFORMERS)
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 228

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated current A Bidder to provide
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
Operating mechanism Manual
CURRENT TRANSFORMERS
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Arrangement Cast resin, Indoor
Number of phases Single

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 229

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Rated primary current for:
- incoming/outgoing A 800-400
- power transformer A 600-400
- bus sectionalizer A 1200-600
Rated secondary current for power
transformer
- Control measuring core 1 A 1
- Control & Protection core 2 A 1
- Protection core 3 A 1
Accuracy class
- core 1 0.2s
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
Rated secondary current for
incoming/outgoing feeders
- Control measuring core 1 A 1
- Control & Protection core 2 A 1
- Protection core 3 A 1
Accuracy class
- core 1 0.2s
- core 2 5P20
- core 3 PX
Burden

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 230

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
Rated secondary current for bus
sectionalizer
- Control measuring core 1 A 1
- Control & Protection core 2 A 1
- Protection core 3 A 1
Accuracy class
- core 1 0.2s
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
VOLTAGE TRANSFORMERS
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Operating voltage kV 33
Rated voltage kV 36

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 231

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Insulation material Cast resin, Indoor
Number of phases No. 1
Rated primary voltage kV 33/ √3
Rated secondary voltage V 110 / √3/ 110 / √3
Voltage transformers for busbars
Accuracy class
- core 1 metering 0.2
- core 2 protection 3P
Burden
- core 1 metering VA Bidder to indicate as
per requirement of
protection scheme
- core 2 protection VA Bidder to indicate as
per requirement of
protection scheme
Voltage transformers for incoming/outgoing
feeders
Accuracy class
- core 1 metering 0.2
- core 2 protection 3P
Burden
- core 1 metering VA Bidder to indicate as
per requirement of
protection scheme
- core 2 protection VA Bidder to indicate as
per requirement of
protection scheme
SURGE ARRESTER
Manufacturer name Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 232

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Single Busbar)
Description Unit Required Bidder’s Offer
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Normal Discharge Current kA 10
IEC Discharge Class 2
Lightning Impulse Protection kV 94
METERING DEVICES, INSTRUMENTS As per requirements
of Technical
Specifications for
33kV Indoor
Metalclad
Switchgear
PROTECTION As per requirements
of relevant
Technical
Specifications for
Protection

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 233

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated


Switchgear (Double Busbar)
Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Installation indoor
Type tested yes/no yes
First commercial operation of offered type year Bidder to provide
Design maintenance period years Bidder to provide
Standards IEC 62271-
100/102/200
Operating Voltage kV 33
Rated voltage kV 36
Maximum continuous system voltage kV 36
Impulse withstand voltage kV 170
Power frequency withstand voltage (1 min.) kV 70
Rated frequency Hz 50
Rated short circuit current (3s) kA 25
Rated peak short circuit current kA 63
Internal arc resistant in accordance with Yes
IEC 62271-200
Busbars Double
Conductor material for busbar Copper
Material of enclosures and thickness Bidder to provide
Rated busbar current A 1250
Weight of one cubicle feeder (ready for kg Bidder to provide
operation)
Heaviest part of transport unit kg Bidder to provide
Degree of protection
- MV switchgear cubicle IP4X

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 234

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
- LV compartments IP5X
SLD mimic diagram on the front of cubicles yes/no yes
MAIN BUSBAR DISCONNECTOR
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 62271-102
Number of phases 3
Installation indoor
No load operation only yes Yes
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
System frequency Hz 50
Rated current A 1250
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Operating mechanism Motor
- voltage Vdc 110
- power W Bidder to provide
Hand operating facilities yes/no Yes
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 235

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
- current rating A 10A
CIRCUIT BREAKER
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 62271-100
Class E2, M2, C2
Arc quenching medium type vacuum
Combined earthing and busbar yes/no Yes
disconnecting
Number of phases 3
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Rated normal current:
- incoming/outgoing A 1250
- transformer A 1250
- bus sectionalizer A 1250
- bus coupler A 1250
Rated short circuit breaking current kA 25
Rated short circuit making current kA 63
Rated cable charging breaking current A Bidder to provide
Maximum capacitive breaking current A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 236

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Rated operating sequence O-0.3Sec-CO- 3min
- CO
Closing time ms <60
Dead time ms 300
Break time ms <60
Make time ms <60
Arcing time ms <15
Live span of contacts (for no. of operations)
- at rated continuous current no. 10,000
- at rated breaking current no. 100
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
No. of making coil No 1
No. of tripping coil No 2
Operating mechanism
- for closing Spring
- for opening Spring
Motor
- voltage Vdc 110
- maximum spring recharging time s 25
- power W Bidder to provide
Hand operating facilities yes/no Yes
MAINTENANCE BUSBAR EARTHING
SWITCH
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 237

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Type tested yes/ Yes
no
Standards IEC
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated current A Bidder to provide
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
Operating mechanism Spring
Motor
- voltage Vdc 110
- maximum spring recharging time s 25
- power W Bidder to provide
Hand operating facilities yes/no Yes
MAINTENANCE EARTHING SWITCH
(FEEDERS AND POWER
TRANSFORMERS)
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 238

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated current A Bidder to provide
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
Operating mechanism Manual
CURRENT TRANSFORMERS
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Arrangement Cast resin, Indoor
Number of phases Single

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 239

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Rated primary current for:
- incoming/outgoing A 800-400
- power transformer A 600-400
- bus sectionalizer A 1200-600
Rated secondary current for power
transformer
- Control measuring core 1 A 1
- Control & Protection core 2 A 1
- Protection core 3 A 1
Accuracy class
- core 1 0.2s
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
Rated secondary current for
incoming/outgoing feeders
- Control measuring core 1 A 1
- Control & Protection core 2 A 1
- Protection core 3 A 1
Accuracy class
- core 1 0.2s
- core 2 5P20
- core 3 PX
Burden

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 240

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
Rated secondary current for bus
sectionalizer
- Control measuring core 1 A 1
- Control & Protection core 2 A 1
- Protection core 3 A 1
Accuracy class
- core 1 0.2s
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
VOLTAGE TRANSFORMERS
Manufacturer name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Operating voltage kV 33
Rated voltage kV 36

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 241

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Insulation material Cast resin, Indoor
Number of phases No. 1
Rated primary voltage kV 33/ √3
Rated secondary voltage V 110 / √3/ 110 / √3
Voltage transformers for busbars
Accuracy class
- core 1 metering 0.2
- core 2 protection 3P
Burden
- core 1 metering VA Bidder to indicate as
per requirement of
protection scheme
- core 2 protection VA Bidder to indicate as
per requirement of
protection scheme
Voltage transformers for incoming/outgoing
feeders
Accuracy class
- core 1 metering 0.2
- core 2 protection 3P
Burden
- core 1 metering VA Bidder to indicate as
per requirement of
protection scheme
- core 2 protection VA Bidder to indicate as
per requirement of
protection scheme
SURGE ARRESTER
Manufacturer name Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 242

Technical Schedule/Data Sheet for 33 KV metal clad Air Insulated Switchgear (Double Busbar)
Description Unit Required Bidder’s Offer
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Operating voltage kV 33
Rated voltage kV 36
Max. continuous system voltage kV 36
Impulse withstand voltage (peak) kV 170
Power frequency withstand voltage (1 kV 70
min.):
Rated frequency Hz 50
Normal Discharge Current kA 10
IEC Discharge Class 2
Lightning Impulse Protection kV 94
METERING DEVICES, INSTRUMENTS As per requirements
of Technical
Specifications for
33kV Indoor Metal
clad Switchgear
PROTECTION As per requirements
of relevant
Technical
Specifications for
Protection

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 243

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated


Switchgear
Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Installation indoor
Type tested yes/no yes
First commercial operation of offered type year Bidder to provide
Design maintenance period years Bidder to provide
Standards IEC 62271-
100/102/200
Operating Voltage kV 11
Rated voltage kV 12
Maximum continuous system voltage kV 12
Impulse withstand voltage at nominal gas kV 75
pressure
Power frequency withstand voltage (1 min.) kV 28
at nominal gas pressure
Rated frequency Hz 50
Rated short circuit current (3s) kA 25
Rated peak short circuit current kA 63
Internal arc resistant in accordance with IEC 62271-200
Busbar Single
Conductor material for busbar Copper
Material of enclosures and thickness Bidder to provide
Rated busbar current A 2500
Weight of one cubicle feeder (ready for kg to be specified
operation)
Heaviest part of transport unit kg to be specified
Degree of protection
- MV switchgear cubicle IP4X

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 244

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear


Description Unit Required Bidder’s Offer
- LV compartments IP5X
SLD mimic diagram on the front of cubicles yes/no yes
CIRCUIT BREAKER
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 62271-100
Class E2, M2, C2
Arc quenching medium type vacuum
Combined earthing and busbar disconnecting yes/no Bidder to provide
Number of phases 3
Rated voltage (U0/U) kV 12
Max. continuous system voltage kV 12
Impulse withstand voltage (peak) : kV 75
Power frequency withstand voltage (1 min.): kV 28
Rated frequency Hz 50
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Rated normal current:
- feeder A 630
- power transformer A 2500
- bus sectionalizer A 2500
Rated short circuit breaking current kA 25
Rated short circuit making current kA 63
Rated cable charging breaking current A Bidder to provide
Maximum capacitive breaking current A Bidder to provide
Rated operating sequence: O-0.3Sec-CO- 15s -
CO

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 245

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear


Description Unit Required Bidder’s Offer
Closing time ms <60
Dead time ms 300
Break time ms <60
Make time ms <60
Arcing time ms <15
Live span of contacts (for no. of operations)
- at rated continuous current no. 20,000
- at rated breaking current no. 100
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
No. of making coil No 1
No. of tripping coil
- incomer and bus-sections No 2
- others No 1
Operating mechanism
- for closing Magnetic Actuators
- for opening Magnetic Actuators
Hand operating facilities yes/no Yes
MAINTENANCE EARTHING SWITCH
AND EARTHING SWITCH FOR BUSBAR
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 62271-102
Type Hand operated

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 246

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear


Description Unit Required Bidder’s Offer
Rated current A Bidder to provide
Rated short-time withstand current (3 s) kA 25
Rated peak short circuit current kA 63
Auxiliary contacts:
- number of NO no. 10NO
- number of NC no. 10NC
- voltage rating Vdc 110
- current rating A 10A
Operating mechanism Manual
CURRENT TRANSFORMERS
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Rated voltage kV 12
Rated frequency Hz 50
Arrangement Indoor
Number of phases Single
Rated primary current for:
- feeder A 600-400
- power transformer A 2500-1200
- bus sectionalizer A 2500-1200
Rated secondary current for feeder
- Measuring core 1 A 1
- Control & Measuring core 2 A 1
- Control & Protection core 3 A 1
Accuracy class

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 247

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear


Description Unit Required Bidder’s Offer
- core 1 0.2
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
Rated secondary current for power
transformer
- Measuring core 1 A 1
- Control & Measuring core 2 A 1
- Control & Protection core 3 A 1
Accuracy class
- core 1 0.2
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
Rated secondary current for bus sectionalizer
- Measuring core 1 A 1
- Control & Measuring core 2 A 1
- Control & Protection core 3 A 1

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 248

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear


Description Unit Required Bidder’s Offer
Accuracy class
- core 1 0.2
- core 2 5P20
- core 3 PX
Burden
- core 1 VA Bidder to indicate as
per requirement of
protection scheme
- core 2 VA Bidder to indicate as
per requirement of
protection scheme
- core 3 VA Bidder to indicate as
per requirement of
protection scheme
VOLTAGE TRANSFORMER
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type of voltage transformer Indoor
Insulation material Cast resin, Indoor
Rated frequency Hz 50
Number of phases No. 1
Power frequency withstand voltage (1 min) kV 28
of primary side
Impulse withstand voltage (1.2 / 50 s full kV 75
wave)
Rated primary voltage kV 11/ √3
Rated secondary voltage V 110 / √3 , 110 / √3
Voltage transformers for busbars
Accuracy class
- core 1 for metering 0.2

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 249

Technical Schedule/Data Sheet for 11 KV Metal Clad Air Insulated Switchgear


Description Unit Required Bidder’s Offer
- core 2 for protection 3P
Burden
- core 1 for metering VA Bidder to indicate as
per requirement of
protection scheme
- core 2 for protection VA Bidder to indicate as
per requirement of
protection scheme
Voltage transformers for busbars
Accuracy class
- core 1 for metering 0.2
- core 2 for protection 3P
Burden
- core 1 for metering VA Bidder to indicate as
per requirement of
protection scheme
- core 2 for protection VA Bidder to indicate as
per requirement of
protection scheme
SURGE ARRESTER
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Rated voltage kV 11
Maximum operating voltage kV 12
Rated discharge current kA 10
METERING DEVICES, INSTRUMENTS As per requirements
of Technical
Specifications for
11kV Indoor Metal
clad Switchgear
PROTECTION As per requirements
of relevant Technical
Specifications for
Protection

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 250

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 251

Technical Schedule/Data Sheet for MV/LV Substation Protection


Relays/Schemes
Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes
Description Unit Required Bidder’s Offer
COMMON FEATURES FOR
NUMERICAL RELAYS
Communication:
- Front panel HMI-keyboard yes/no Yes
- Interface front panel PC, serial yes/no Yes
- Interface rear panel optic/serial SCMS yes/no Yes
- Inter-bay communication yes/no Yes
LED Indicators
- Power ON yes/no Yes
- Power supply output ON yes/no Yes
- Watchdog timer being RESET yes/no Yes
- Communication FAIL yes/no Yes
- Hardware (CPU/I/O modules) FAIL yes/no Yes
- Power supply unit FAIL yes/no Yes
- Internal system errors yes/no Yes
Front Panel LCD Display for
- Chronological events yes/no Yes
- Fault values yes/no Yes
- Protection status yes/no Yes
Self-Supervision of the following
Functional Blocks
- Analogue measuring system yes/no Yes
- Digital input conversion system yes/no Yes
- I/O logic points yes/no Yes
- ROM memory yes/no Yes
- RAM memory yes/no Yes
- EPROM memory yes/no Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 252

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- Processor yes/no Yes
- Operation system software yes/no Yes
- Protection functions software yes/no Yes
- Communication system software yes/no Yes
- Watchdog and self-monitoring software yes/no Yes
- Power supply yes/no Yes
- Internal clock yes/no Yes
BUSBAR PROTECTION
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2
- for 1 s x IN 100
Protection class of relay housing IP 52
Architecture
- Decentralized structure yes/no Yes
- Fully phase segregated yes/no Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 253

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- Fully digital signal processing yes/no Yes
- Data exchange over fiber optic medium yes/no Yes
- Redundant power supply unit yes/no Yes
- GPS time extension yes/no Yes
- Time resolution (+ or - 1ms) yes/no Yes
- Relay interrogation software provided yes/no Yes
- Fault monitoring (built-in) yes/no Yes
Protection Measuring Units
- First criterion based on biased differential yes/no Yes
algorithm
- Type of second criterion used Bidder to provide
- Third criterion on a voltage algorithm yes/no Yes
- Differential alarm unit yes/no Yes
- Back-up O/C & E/F protection yes/no Yes
- Current transformer saturation detectors yes/no Yes
used
- Tripping time maximum (including ms <30
tripping relay)
Breaker Failure Relay
- Manufacturer’s name Bidder to provide
- Country of Manufacturing Bidder to provide
- Manufacturer’s type designation Bidder to provide
- Type tested yes/no Yes
- Standards IEC
- Type integrated
- Transfer of PTT signal capability yes/no Yes
- Decentralized structure yes/no Yes
- Fully digital signal processing yes/no Yes
- Data exchange over fiber optic medium yes/no Yes
- Relay interrogation software provided yes/no Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 254

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- Protection Measuring Units
- Current setting range x IN 0.2 - 2
- in steps of x IN ≤ 0.1
- Operating times
- maximum operating time ms Bidder to provide
- reset time ms Bidder to provide
- Trip steps
- number of trip steps No 2
- adjustable time range ms 10 - 1000
- time interval of each ms ≤10
adjustment for both steps
BAY CONTROL AND PROTECTION
UNIT (BCPU)
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2
- for 1 s x IN 100

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 255

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
Protection class of relay housing IP 52
Characteristic acc. to IEC 60255 yes/no Yes
- IDMT inverse yes/no Yes
- very inverse yes/no Yes
- extremely inverse yes/no Yes
- definite time yes/no Yes
- Instantaneous element included yes/no Yes
Accuracy class Bidder to provide
Timer accuracy % Bidder to provide
Reset time % Bidder to provide
Digital Inputs
- Minimum number of event channels No 32
Time synchronization facility yes/no Yes
Number of outputs
- tripping relays No Bidder to provide
- auxiliary relays No Bidder to provide
Communication ports
- front RS232
- rear yes/no Yes
OVERCURRENT / EARTH FAULT
RELAY
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 256

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2
- for 1 s x IN 100
Protection class of relay housing IP 52
Characteristic acc. to IEC 60255 yes/no Yes
- IDMT inverse yes/no Yes
- very inverse yes/no Yes
- extremely inverse yes/no Yes
- definite time yes/no Yes
- Instantaneous element included yes/no Yes
Protection Measuring Units
- Current setting
- phase elements x IN 20 to 200%
- in steps < 10%
- earth element x IN 10 to 100%
- in steps < 5%
- operating time x IN 10 to 100%
- continuous variable yes/no Yes
- variable in steps ms ≤ 10
- High set 2 to 30x IN and blocked yes/no Yes
- High set continuously variable or in steps x IN 1
of
DISTANCE RELAY
Manufacturer’s name Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 257

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2
- for 1 s x IN 100
Rated voltage (phase-earth) V 110 / √3
- Permissible overload continuously x UN x UN 1.2
Burden
- current circuits at IN (maximum) VA Bidder to provide
- voltage circuits (maximum) VA Bidder to provide
Protection class of relay housing IP 52
Characteristic acc. to IEC 60255 yes/no Yes
Tele protection
- permissive underreach yes/no Yes
- permissive overreach yes/no Yes
- permissive transferred acceleration yes/no Yes
- blocking yes/no Yes
- unblocking yes/no Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 258

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
Power swing blocking relay included yes/no Yes
Weak infeed and echo feature yes/no Yes
Fuse failure relay built- in yes/no Yes
Indicators for phases, earth and zones yes/no Yes
Event recording / built-in fault locator yes/no Yes
Two groups of setting parameters yes/no Yes
Fault recording (minimum 6 system faults) yes/no Yes
Self - monitoring yes/no Yes
Online test features yes/no Yes
Back-up O/C & E/F yes/no Yes
Overload yes/no Yes
Interface port for retrieval of data provided yes/no Yes
Protection Measuring Units
- Starting
- under impedance yes/no Yes
- overcurrent yes/no Yes
- other yes/no Bidder to provide
- Number of starting elements (minimum)
- phase to phase No 3x3
- phase to earth No 3x3
- Measuring shape of characteristic
- phase to earth polygon
- phase to phase Bidder to provide
- Healthy voltage reference yes/no Yes
- Voltage memory for busbar faults yes/no Yes
- Voltage memory for busbar faults yes/no Yes
- Number of measuring elements
(minimum)
- phase to phase No 3x3

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 259

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- phase to earth No 3x3
- Switch onto fault included yes/no Yes
- Number of zones (minimum)
- directional No 3
- non-directional No 1
- Setting
- zone 1
- minimum setting Ω / Ph Bidder to provide
- maximum setting Ω / Ph Bidder to provide
- in steps of Ω / Ph Bidder to provide
- zone 2
- minimum setting Ω / Ph Bidder to provide
- maximum setting Ω / Ph Bidder to provide
- in steps of Ω / Ph Bidder to provide
- zone 3
- minimum setting Ω / Ph Bidder to provide
- maximum setting Ω / Ph Bidder to provide
- in steps of Ω / Ph Bidder to provide
- zone 4, non-directional
- minimum setting Ω / Ph Bidder to provide
- maximum setting Ω / Ph Bidder to provide
- in steps of Ω / Ph Bidder to provide
- Time setting
- zone 1 ms 10 - 100
- in steps of ms 10
- zone 2 ms up to 1000
- in steps of ms 20
- zone 3 and 4 ms up to 3000

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 260

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- in steps of ms 50
- characteristic angle deg 40 - 80
- Shortest tripping time of zone 1 up to trip ms <30
impulse to CB
AUTO-RECLOSING EQUIPMENT (ARC)
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
Protection class of relay housing IP 52
Check synchronizing built-in yes/no Yes
- phase angle setting range deg Bidder to provide
- voltage setting range V Bidder to provide
- frequency setting range Hz Bidder to provide
Auto reclosing setting modes
- single phase trip and high-speed ARC yes/no Yes
- 1+3 phase trip and high-speed ARC yes/no Yes
- 3 phase trip and high-speed ARC yes/no Yes
- 3 phase trip and delayed ARC yes/no Yes
- 3 phase definite trip yes/no Yes
Dead time setting range µs Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 261

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
Blocking timer setting range s Bidder to provide
Interface port for retrieval of data provided yes/no Yes
CURRENT DIFFERENTIAL RELAY
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2
- for 1 s x IN 100
Burden
- current circuits at IN (maximum) VA Bidder to provide
Protection class of relay housing IP 52
Operational features
- stable during power swings yes/no Yes
- operation on parallel lines yes/no Yes
- thermal overload function yes/no Yes
- switch onto fault built-in yes/no Yes
- operation with three-phase ARC (only yes/no Yes
OHL)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 262

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
Protection Measuring Units
- Tripping time ms ≤10
- Setting range
- starting Bidder to provide
- current A Bidder to provide
- Back-up overcurrent protection yes/no Yes
- tripping characteristic according yes/no Yes
to BS 142
- current range A 0.2 - 3 x IN
- in steps % < 10%
- time range s 0.01 - 8.00
- in steps < 0.01
MULTIFUNCTIONAL TRANSFORMER
PROTECTION RELAY
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- redundant supply yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 263

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- for 1 s x IN 100
Protection class of relay housing IP 52
Design for two-winding transformer yes/no Yes
Immunity against 2nd harmonic inrush yes/no Yes
current
Protection functions
- differential yes/no Yes
- back-up O/C on HV / LV side yes/no Yes
- overflux yes/no Yes
- overvoltage yes/no Yes
- thermal overload (thermal replica) yes/no Yes
- event recording/measuring values yes/no Yes
- fault recording yes/no Yes
- self monitoring yes/no Yes
Protection Measuring Units
- Settings
- differential
- pick-up range x IN 0.15 - 0.5
- in steps of x IN 0.05
- bias slope % 20 - 50
- operating time ms < 30
- accuracy % ± 10
- high set, unrestrained
- setting range x IN 1 - 20
- operating time ms < 20
- back-up O/C (3-phase)
- setting range x IN 0.2 - 2
- operating characteristics yes/no Yes
according to BS 142

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 264

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- Transformer overload protection
- setting range (Ith) x IN 0.2 - 2
- time constant (TC) min 1 - 400
- accuracy (Ith & TC) % ±5
RESTRICTED EARTH FAULT RELAY
(REF)
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
- rated current A 1
Permissible overload
- continuously x IN x IN 2
- for 1 s x IN 100
Protection class of relay housing IP 52
Protection Measuring Units
- Operating time (including trip relay) less ms <20
than
- Harmonic filters yes/no Yes
- Segregated alarms yes/no Yes
- Auxiliary elements yes/no Yes
- VDR resistor included yes/no Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 265

Technical Schedule/Data Sheet for MV/LV Substation Protection Relays/Schemes


Description Unit Required Bidder’s Offer
- series resistor included yes/no Yes
TRIP CIRCUIT SUPERVISION RELAY
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
Type numerical / static
DC Infeed
- rated voltage Vdc 110
- DC/DC converter included yes/no Yes
- tolerances requested % +10/-15
- power consumption W Bidder to provide
Protection class of relay housing IP 52
Protection Measuring Units Bidder to provide
- Time delay, fixed value, may be 5 s s <20
- Maximum trip circuit supervision current mA 20

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 266

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and


Terminations
Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60502-2
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Rated voltage kV 33
Highest system voltage kV 36
Rated frequency Hz 50
Insulation Levels:
- Impulse withstand voltage (+90°C) kV peak 170
- Power Frequency Withstand (50 Hz, 1 kV 70
minute)
Short Circuit Current (3s) kA 25
Type of cable Single core
Minimum insulation spacing according to
- conductor/conductor mm IEC 60621,
- conductor/earth mm IEC 60071
Laying arrangement Trefoil/Flat
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 1.1
Thermal resistance of the laying °C x cm 100
environment
W
Outdoor air temperature
- minimum °C +15

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 267

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations


Description Unit Required Bidder’s Offer
- maximum °C +40
Soil temperature at 1.1 m deep:
- minimum °C +10
- maximum °C +35
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Cu
- nominal cross-section mm2 300
- shape Bidder to provide
- no. of conductors no. Bidder to provide
- diameter of conductor mm Bidder to provide
- minimum semi-conductor layer mm 0.8
thickness on the conductor
Insulation:
- material tree-retardant XLPE
- nominal thickness mm Bidder to provide
- nominal semi-conductor thickness on mm Bidder to provide
insulator
- moisture block tape for longitudinal yes
and transversal water propagation
Metallic screen:
- material Cu
- approximate no. and diameter of no./mm Bidder to provide
shield wires
- cross-section of copper shield mm2 Bidder to provide
Armoring:
- material aluminium wires
- protection against termites yes
Outer sheath
- material PVC

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 268

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations


Description Unit Required Bidder’s Offer
- rated thickness mm Bidder to provide
Exterior cable diameter mm Bidder to provide
Cable weight kg/m Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C mΩ/km Bidder to provide
- maximum AC resistance at the mΩ/km Bidder to provide
admissible operational temperature
(90°C)
- inductance mH/km Bidder to provide
- capacitance F/km Bidder to provide
- charging current/conductor A/km Bidder to provide
- grounding current A/km Bidder to provide
- charging load/circuit kVAr/km Bidder to provide
- dielectric rigidity kV/mm Bidder to provide
- coefficient reducing the influence Bidder to provide
upon telecommunication lines
- thermal resistivity - XLPE insulation: °Cxcm/ Bidder to provide
W
- thermal resistivity - PE exterior °Cxcm/ Bidder to provide
corrosion protection sheath
W
Maximum current carrying capacity (at
Uo) for the following conditions:
- Trefoil arrangement in ground: soil
temperature=400C, depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
- Flat arrangement in ground: soil
temperature=400C, depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 269

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations


Description Unit Required Bidder’s Offer
- 3 circuits A Bidder to provide
CABLE TERMINATIONS
Cable termination for connection of 33 As per transformer
kV power transformer bushings specification
As per switchgear
specification
Cable termination for connection of 33 As per switchgear
kV switchgear specification
Cable termination for connection of 33 As per OHL
kV OHL specification

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 270

Technical Schedule/Data Sheet for 1Cx300mm2 11 kV Cables and


Terminations
Technical Schedule/Data Sheet for 1Cx300mm2 11 kV Cables and Terminations
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60502-2
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Rated voltage kV 11
Highest system voltage kV 12
Rated frequency Hz 50
Insulation Levels:
- Impulse withstand voltage (+90°C) kV peak 75
- Power Frequency Withstand (50 Hz, 1 kV 25
minute)
Short Circuit Current (3s) kA 25
Type of cable Single core
Minimum insulation spacing according to
- conductor/conductor mm IEC 60621,
- conductor/earth mm IEC 60071
Laying arrangement Trefoil/Flat
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 1.1
Thermal resistance of the laying °C x cm 100
environment
W
Outdoor air temperature
- minimum °C +15
- maximum °C +40

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 271

Technical Schedule/Data Sheet for 1Cx300mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Soil temperature at 1.1 m deep:
- minimum °C +10
- maximum °C +35
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Cu
- nominal cross-section mm2 300
- shape Bidder to provide
- no. of conductors no. Bidder to provide
- diameter of conductor mm Bidder to provide
- minimum semi-conductor layer mm 0.7
thickness on the conductor
Insulation:
- material tree-retardant XLPE
- nominal thickness mm Bidder to provide
- nominal semi-conductor thickness on mm Bidder to provide
insulator
- moisture block tape for longitudinal yes
and transversal water propagation
Metallic screen:
- material Cu
- approximate no. and diameter of no./mm Bidder to provide
shield wires
- cross-section of copper shield mm2 Bidder to provide
Armoring:
- material aluminium wires
- protection against termites yes
Outer sheath
- material PVC
- rated thickness mm Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 272

Technical Schedule/Data Sheet for 1Cx300mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Exterior cable diameter mm Bidder to provide
Cable weight kg/m Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C mΩ/km Bidder to provide
- maximum AC resistance at the mΩ/km Bidder to provide
admissible operational temperature
(90°C)
- inductance mH/km Bidder to provide
- capacitance F/km Bidder to provide
- charging current/conductor A/km Bidder to provide
- grounding current A/km Bidder to provide
- charging load/circuit kVAr/km Bidder to provide
- dielectric rigidity kV/mm Bidder to provide
- coefficient reducing the influence Bidder to provide
upon telecommunication lines
- thermal resistivity - XLPE insulation: °Cxcm/ Bidder to provide
W
- thermal resistivity - PE exterior °Cxcm/ Bidder to provide
corrosion protection sheath
W
Maximum current carrying capacity (at
Uo) for the following conditions:
- Trefoil arrangement in ground: soil
temperature=400C, depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
- Flat arrangement in ground: soil
temperature=400C, depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 273

Technical Schedule/Data Sheet for 1Cx300mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
CABLE TERMINATIONS
Cable termination for connection of 11 As per transformer
kV power transformer bushings specification
Cable termination for connection of 11 As per switchgear
kV switchgear specification

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 274

Technical Schedule/Data Sheet for 3Cx240mm2 11 kV Cables and


Terminations
Technical Schedule/Data Sheet for 3Cx240mm2 11 kV Cables and Terminations
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60502-2
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Rated voltage kV 11
Highest system voltage kV 12
Rated frequency Hz 50
Insulation Levels:
- Impulse withstand voltage (+90°C) kV peak 75
- Power Frequency Withstand (50 Hz, 1 kV 25
minute)
Short Circuit Current (3s) kA 25
Type of cable Three core
Minimum insulation spacing according to
- conductor/conductor mm IEC 60621,
- conductor/earth mm IEC 60071
Laying arrangement Trefoil/Flat
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 1.1
Thermal resistance of the laying °C x cm 100
environment
W
Outdoor air temperature
- minimum °C +15
- maximum °C +40

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 275

Technical Schedule/Data Sheet for 3Cx240mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Soil temperature at 1.1 m deep:
- minimum °C +10
- maximum °C +35
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Cu
- nominal cross-section mm2 240
- shape Bidder to provide
- no. of conductors no. Bidder to provide
- diameter of conductor mm Bidder to provide
- minimum semi-conductor layer mm 0.7
thickness on the conductor
Insulation:
- material tree-retardant XLPE
- nominal thickness mm Bidder to provide
- nominal semi-conductor thickness on mm Bidder to provide
insulator
- moisture block tape for longitudinal yes
and transversal water propagation
Metallic screen:
- material Cu
- approximate no. and diameter of no./mm Bidder to provide
shield wires
- cross-section of copper shield mm2 Bidder to provide
Armoring:
- material aluminium wires
- protection against termites yes
Outer sheath
- material PVC
- rated thickness mm Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 276

Technical Schedule/Data Sheet for 3Cx240mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Exterior cable diameter mm Bidder to provide
Cable weight kg/m Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C mΩ/km Bidder to provide
- maximum AC resistance at the mΩ/km Bidder to provide
admissible operational temperature
(90°C)
- inductance mH/km Bidder to provide
- capacitance F/km Bidder to provide
- charging current/conductor A/km Bidder to provide
- grounding current A/km Bidder to provide
- charging load/circuit kVAr/km Bidder to provide
- dielectric rigidity kV/mm Bidder to provide
- coefficient reducing the influence Bidder to provide
upon telecommunication lines
- thermal resistivity - XLPE insulation: °Cxcm/ Bidder to provide
W
- thermal resistivity - PE exterior °Cxcm/ Bidder to provide
corrosion protection sheath
W
Maximum current carrying capacity (at
Uo) for the following conditions:
- in ground: soil temperature=400C,
depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
- in concrete cable trench: air= 500C
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 277

Technical Schedule/Data Sheet for 3Cx240mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
CABLE TERMINATIONS
Cable termination for connection of 11 As per switchgear
kV switchgear specification
Cable termination for connection of 11 As per OHL
kV OHL specification

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 278

Technical Schedule/Data Sheet for 3Cx70mm2 11 kV Cables and


Terminations
Technical Schedule/Data Sheet for 3Cx70mm2 11 kV Cables and Terminations
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60502-2
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Rated voltage kV 11
Highest system voltage kV 12
Rated frequency Hz 50
Insulation Levels:
- Impulse withstand voltage (+90°C) kV peak 75
- Power Frequency Withstand (50 Hz, 1 kV 25
minute)
Short Circuit Current (3s) kA 25
Type of cable Three cores
Minimum insulation spacing according to
- conductor/conductor mm IEC 60621,
- conductor/earth mm IEC 60071
Laying arrangement Trefoil/Flat
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 1.1
Thermal resistance of the laying °C x cm 100
environment
W
Outdoor air temperature
- minimum °C +15
- maximum °C +40

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 279

Technical Schedule/Data Sheet for 3Cx70mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Soil temperature at 1.1 m deep:
- minimum °C +10
- maximum °C +35
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Cu
- nominal cross-section mm2 70
- shape Bidder to provide
- no. of conductors no. Bidder to provide
- diameter of conductor mm Bidder to provide
- minimum semi-conductor layer mm 0.7
thickness on the conductor
Insulation:
- material tree-retardant XLPE
- nominal thickness mm Bidder to provide
- nominal semi-conductor thickness on mm Bidder to provide
insulator
- moisture block tape for longitudinal yes
and transversal water propagation
Metallic screen:
- material Cu
- approximate no. and diameter of no./mm Bidder to provide
shield wires
- cross-section of copper shield mm2 Bidder to provide
Armoring:
- material aluminium wires
- protection against termites yes
Outer sheath
- material PVC
- rated thickness mm Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 280

Technical Schedule/Data Sheet for 3Cx70mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Exterior cable diameter mm Bidder to provide
Cable weight kg/m Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C mΩ/km Bidder to provide
- maximum AC resistance at the mΩ/km Bidder to provide
admissible operational temperature
(90°C)
- inductance mH/km Bidder to provide
- capacitance F/km Bidder to provide
- charging current/conductor A/km Bidder to provide
- grounding current A/km Bidder to provide
- charging load/circuit kVAr/km Bidder to provide
- dielectric rigidity kV/mm Bidder to provide
- coefficient reducing the influence Bidder to provide
upon telecommunication lines
- thermal resistivity - XLPE insulation: °Cxcm/ Bidder to provide
W
- thermal resistivity - PE exterior °Cxcm/ Bidder to provide
corrosion protection sheath
W
Maximum current carrying capacity (at
Uo) for the following conditions:
- in ground: soil temperature=400C,
depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
- in concrete cable trench: air= 500C
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 281

Technical Schedule/Data Sheet for 3Cx70mm2 11 kV Cables and Terminations


Description Unit Required Bidder’s Offer
CABLE TERMINATIONS
Cable termination for connection of 11 As per transformer
kV station transformer bushings specification
Cable termination for connection of 11 As per switchgear
kV switchgear specification

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 282

Technical Schedule/Data Sheet for 4Cx70mm2 0.4 kV Cables and


Terminations
Technical Schedule/Data Sheet for 4Cx70mm2 0.4 kV Cables and Terminations
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards BS 6346/6360
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Rated voltage kV 0.6/1
Highest system voltage kV 1.2
Rated frequency Hz 50
Insulation Levels:
- Power frequency withstand voltage (4 kV/4hous 2.4
x Uo)
Maximum Short Circuit Current (3s) kA Bidder to provide
Type of cable Four cores
Minimum insulation spacing according to
- conductor/conductor mm IEC 60621,
- conductor/earth mm IEC 60071
Laying arrangement Trefoil/Flat
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 0.75
Thermal resistance of the laying °C x cm 100
environment
W
Outdoor air temperature
- minimum °C +15
- maximum °C +40
Soil temperature at 1.1 m deep:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 283

Technical Schedule/Data Sheet for 4Cx70mm2 0.4 kV Cables and Terminations


Description Unit Required Bidder’s Offer
- minimum °C +10
- maximum °C +35
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Cu
- nominal cross-section mm2 70
- shape Bidder to provide
- no. of conductors no. Bidder to provide
- diameter of conductor mm Bidder to provide
- minimum semi-conductor layer mm 0.7
thickness on the conductor
Insulation:
- material tree-retardant XLPE
- nominal thickness mm Bidder to provide
- nominal semi-conductor thickness on mm Bidder to provide
insulator
- moisture block tape for longitudinal yes
and transversal water propagation
Metallic screen:
- material Cu
- approximate no. and diameter of no./mm Bidder to provide
shield wires
- cross-section of copper shield mm2 Bidder to provide
Armoring:
- material aluminium wires
- protection against termites yes
Outer sheath
- material PVC
- rated thickness mm Bidder to provide
Exterior cable diameter mm Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 284

Technical Schedule/Data Sheet for 4Cx70mm2 0.4 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Cable weight kg/m Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C mΩ/km Bidder to provide
- maximum AC resistance at the mΩ/km Bidder to provide
admissible operational temperature
(90°C)
- inductance mH/km Bidder to provide
- capacitance F/km Bidder to provide
- charging current/conductor A/km Bidder to provide
- grounding current A/km Bidder to provide
- charging load/circuit kVAr/km Bidder to provide
- dielectric rigidity kV/mm Bidder to provide
- coefficient reducing the influence Bidder to provide
upon telecommunication lines
- thermal resistivity - XLPE insulation: °Cxcm/ Bidder to provide
W
- thermal resistivity - PE exterior °Cxcm/ Bidder to provide
corrosion protection sheath
W
Maximum current carrying capacity (at
Uo) for the following conditions:
- in ground: soil temperature=400C,
depth=0.75m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
- in concrete cable trench: air= 500C
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
CABLE TERMINATIONS

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 285

Technical Schedule/Data Sheet for 4Cx70mm2 0.4 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Cable termination for connection of 0.4 As per transformer
kV station transformer bushings specification
Cable termination for connection of LV As per LV AC station
AC station distribution panel distribution panel
specification

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 286

Technical Schedule/Data Sheet for Control and Signal Cables without


Armoring (4, 7, 12, 19, 27x2.5mm2)
Technical Schedule/Data Sheet for Control and Signal Cables without Armoring (4, 7, 12, 19,
27x2.5mm2)
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60332-1, 60502-1
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable years Bidder to provide
type
Rated voltage kV 0.6/1
Highest system voltage kV 1.2
Rated frequency Hz 50
Power frequency withstand voltage kV 2.4
(core to grounded screen/armor) for 5
min. at 20°C
Minimum short circuit current of the kA 0.358
conductor (1s)
Minimum short circuit current of kA 0.44
copper screen (1s)
Maximum permissible continuous °C 90
conductor temperature
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 0.75
Thermal resistance of the laying °C x cm 100
environment
W
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Annealed Cu wires
- nominal cross-section mm2 2.5
- shape round

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 287

Technical Schedule/Data Sheet for Control and Signal Cables without Armoring (4, 7, 12, 19,
27x2.5mm2)
Description Unit Required Bidder’s Offer
- number of cores No. 4, 7, 12, 19, 27
Core insulation:
- material XLPE
- minimum thickness mm 0.7
Binder/Bedding
- material PE tape
- minimum thickness mm Bidder to provide
Common screen/shield
- copper tape yes/no Yes
- number (50% overlapped) No. 1
- nominal thickness mm 0.1
- cross-sectional area mm2 Bidder to provide
Inner covering
- material LSZH compound
- number No. 1
- nominal thickness mm Bidder to provide
Outer sheath
- material LSZH compound
- applicable standard IEC 60332-1, BS 7655
- nominal thickness mm 1.8
- color Black
Exterior cable diameter mm Bidder to provide
Cable weight kg/km Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C Ω/km 7.4
- maximum AC resistance at the Ω/km 9.45
admissible operational temperature

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 288

Technical Schedule/Data Sheet for Control and Signal Cables without Armoring (4, 7, 12, 19,
27x2.5mm2)
Description Unit Required Bidder’s Offer
(90°C)
- Insulation resistance at 20°C μΩ/km Bidder to provide
- Capacitive reactance μF/km ≤0.37
- Inductive reactance Ω/km ≤0.098

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 289

Technical Schedule/Data Sheet for Control and Signal Cables with Steel
Tape Armoring (4, 7, 12, 19, 27x2.5mm2)
Technical Schedule/Data Sheet for Control and Signal Cables with Steel Tape Armoring (4, 7, 12,
19, 27x2.5mm2)
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60332-1, 60502-1
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable years Bidder to provide
type
Rated voltage kV 0.6/1
Highest system voltage kV 1.2
Rated frequency Hz 50
Power frequency withstand voltage kV 2.4
(core to grounded screen/armor) for 5
min. at 20°C
Minimum short circuit current of the kA 0.358
conductor (1s)
Minimum short circuit current of kA 0.44
copper screen (1s)
Maximum permissible continuous °C 90
conductor temperature
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 0.75
Thermal resistance of the laying °C x cm 100
environment
W
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Annealed Cu wires
- nominal cross-section mm2 2.5
- shape round

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 290

Technical Schedule/Data Sheet for Control and Signal Cables with Steel Tape Armoring (4, 7, 12,
19, 27x2.5mm2)
Description Unit Required Bidder’s Offer
- number of cores No. 4, 7, 12, 19, 27
Core insulation:
- material XLPE
- minimum thickness mm 0.7
Binder/Bedding
- material PE tape
- minimum thickness mm Bidder to provide
Common screen/shield
- copper tape yes/no Yes
- number (50% overlapped) No. 1
- nominal thickness mm 0.1
- cross-sectional area mm2 Bidder to provide
Inner covering
- material LSZH compound
- number No. 1
- nominal thickness mm Bidder to provide
Armoring
- galvanized steel tapes yes/no Yes
- number No. 2
- nominal thickness mm Bidder to provide
Outer sheath
- material LSZH compound
- applicable standard IEC 60332-1, BS 7655
- nominal thickness mm 1.8
- color Black
Exterior cable diameter mm Bidder to provide
Cable weight kg/km Bidder to provide
Minimum bending radius when m Bidder to provide
installed

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 291

Technical Schedule/Data Sheet for Control and Signal Cables with Steel Tape Armoring (4, 7, 12,
19, 27x2.5mm2)
Description Unit Required Bidder’s Offer
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C Ω/km 7.4
- maximum AC resistance at the Ω/km 9.45
admissible operational temperature
(90°C)
- Insulation resistance at 20°C μΩ/km Bidder to provide
- Capacitive reactance μF/km ≤0.37
- Inductive reactance Ω/km ≤0.098

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 292

Technical Schedule/Data Sheet for Batteries


Technical Schedule/Data Sheet for Batteries
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standard IEC 60623
Model NiCad
Installation indoor, vertically on
racks
Container lid styrene acrylonitrile
(SAN) plastic
Positive electrodes tubular plate, lead
calcium alloy
Connector technique bolted connectors,
completely insulated
Number of cells Bidder to provide
Nominal voltage Vdc 110
Nominal capacity at 10-hour discharge Ah To be calculated
rate according with
substation
consumption
Float voltage per cell V Bidder to provide
Float charging current A Bidder to provide
Boost charging voltage per cell V Bidder to provide
Boost charging current A Bidder to provide
Battery voltage at end of duty cycle V Bidder to provide
Short circuit current A Bidder to provide
Internal resistance  Bidder to provide
Life expectancy years ≥ 20
Cycling capacity cycles > 1,200
Weights and dimensions:
- total weight of battery (incl. electrolyte) kg Bidder to provide
- weight per cell (incl. electrolyte) kg Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 293

Technical Schedule/Data Sheet for Batteries


Description Unit Required Bidder’s Offer
- width x depth x height per cell mm Bidder to provide

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 294

Technical Schedule/Data Sheet for Battery Charger (Rectifier)


Technical Schedule/Data Sheet for Battery Charger (Rectifier)
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Standards IEC 60146
IEC 60364
IEC 60439
IEC 60947
Model Bidder to provide
Design fully electronic
standard design
Characteristics I/U characteristic with
high temperature
stability
Circuit configuration 3-phase full wave
bridge circuit
Installation indoor, in metal-clad
cubicles with front
door; all equipment
accessible from the
front side
Protection class IP41
AC supply:
Rated service voltage V 415/240
Frequency Hz 50±5%
Rated current A Bidder to provide
DC output:
Rated service voltage V 110
- Voltage setting range % ±5
- Float charging voltage V 110 (at 2.23 V/cell)
- Boost charging voltage V 2.4 per cell
Regulation error of output voltage:
- at load variation 0-100% % ±1
- at frequency variations 50 Hz % ±5

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 295

Technical Schedule/Data Sheet for Battery Charger (Rectifier)


Description Unit Required Bidder’s Offer
- at input voltage variation % ± 10
Output voltage regulation with current ±2% within voltage
limiting range range of 80-100%
Regulation characteristic I/U as per DIN 41773
or equivalent
Ripple content % < 10 (pp) without
battery
Permissible humidity acc. to IEC
Radio interference "A" according to EN
55011
Derating factor (thyristors) 2.3 as per VDE 0160
Cooling natural circulation
Fuse switch disconnector (charger yes/no Yes
output)
Control unit with integrated mains yes/no Yes
filter, phase failure supervision, soft
start facility, pulse blocking, cut-in
delay
Monitoring devices:
- Detailed fault alarm including yes/no Yes
collective fault alarm and additional
visual signaling at front door
- Three-phase overvoltage and yes/no Yes
undervoltage supervision
- Current-controlled DC undervoltage yes/no Yes
supervision
- DC overvoltage supervision with yes/no Yes
delayed/un-delayed cut-off
- Integrated supervision of thyristor yes/no Yes
fuses
- Fuse supervision of auxiliary and yes/no Yes
control circuits
- Ripple monitoring yes/no Yes
Time to recharge battery to 80% hour ≤10
capacity from fully discharged state
Measuring:
- Volt meter and ammeter (charger yes/no Yes
output)
- Battery tension, consumer tension yes/no Yes

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 296

Technical Schedule/Data Sheet for Battery Charger (Rectifier)


Description Unit Required Bidder’s Offer
- Charger current, consumer current yes/no Yes
Disturbance reports:
- Main failure, rectifier tensions too yes/no Yes
low
- Battery circle too low, rectifier yes/no Yes
tension too high, battery deeply
unloaded
- Battery circle disturbed, ground fault yes/no Yes
plus/minus
- Capacity test negative, short circuit yes/no Yes
Efficiency % 80
Weight kg Bidder to provide
Width x depth x height mm Bidder to provide

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 297

Lot 2 – Technical Schedules/Data Sheets

The column headed “Bidder’s Offer” shall be completed and each page of the Schedules signed and
stamped by the bidder. Bidders should also attach relevant equipment manuals/brochures.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 298

Table of Contents

Technical Schedule/Data Sheet for Steel Lattice Towers ..................................................... 299

Technical Schedule/Data Sheet for Steel Tubular Poles....................................................... 302

Technical Schedule/Data Sheet for Overhead Conductor 265mm² AAC ............................. 303

Technical Schedule/Data Sheet for Optical Ground Wires (OPGW) ................................... 305

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations .............. 308

Technical Schedule/Data Sheet for 33kv Composite Tension/Suspension Insulators.......... 312

Technical Schedule/Data Sheet for 33kv Composite Post Insulators ................................... 313

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 299

Technical Schedule/Data Sheet for Steel Lattice Towers


Technical Schedule/Data Sheet for Steel Lattice Towers
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Tower types SS, ST1, ST2, DE
Maximum working tension per phase
(for tower design and application):
- tangent towers N Bidder to provide
- tension towers N Bidder to provide
Max working tension of conductor or % of UTS 40
earth wire
Installation min. clearance between
tower steelwork and nearest point of mm 400
live conductor hardware, includingo
conductor fall away slope of 0 -15
Maximum ratio of unsupported length
of steel compression member to their
least radius of gyration:
- main members 120
- stressed bracings 200
- unstressed bracings 250
- tension only members, detailed with 375
draw
Maximum ultimate stresses, for
checking tower designs not subjected
to test (unless otherwise approved):
- Compression members, Tenderer to
indicate his design assumptions but is
to note that the design shall comply
with the requirements of ASCE
Manual 52 and ANSI/ASCE Standard
No 10:
- Mild steel N/mm2 Bidder to provide
- High yield steel N/mm2 Bidder to provide
- Tension members (elastic limit):
- Mild steel N/mm2 Bidder to provide
- High yield steel N/mm2 Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 300

Technical Schedule/Data Sheet for Steel Lattice Towers


Description Unit Required Bidder’s Offer
- Shear on bolts:
- Mild steel N/mm2 Bidder to provide
- High yield steel N/mm2 Bidder to provide
- Bearing on bolts
- Mild steel N/mm2 Bidder to provide
- High yield steel N/mm2 Bidder to provide
Angles of deviation
- SS Deg. 0–3
- ST1 Deg. 3 – 30
- ST2 Deg. 30 – 60
- DE Deg. 60 - 90
Basic span length m 200
Tower design spans:
- wind spans m 1.25 * basic span
- maximum weight spans: m 300
Min ground clearance of line m 6.5
conductor at 85°C, normal ground
Sag of line conductor in basic span m Bidder to provide
length at 85°C
Horizontal spacing between adjacent
conductor phases at mid span in still m Bidder to provide
air at maximum angle of line deviation
Vertical spacing between adjacent
conductor phases at mid span in still m Bidder to provide
air at maximum angle of line deviation
Overall tower height (Basic height) m Bidder to provide
Overall tower base dimensions at
ground line (transverse x longitudinal):
- SS mm x mm ≤2000
- ST1 mm x mm ≤2200
- ST2 mm x mm ≤2300
- DE mm x mm ≤2500

Weight of complete tower above

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 301

Technical Schedule/Data Sheet for Steel Lattice Towers


Description Unit Required Bidder’s Offer
ground line (basic height):
- SS kg Bidder to provide
- ST1 kg Bidder to provide
- ST2 kg Bidder to provide
- DE kg Bidder to provide
Weight of complete towers above
ground line (+3m):
- SS kg Bidder to provide
- ST1 kg Bidder to provide
- ST2 kg Bidder to provide
- DE kg Bidder to provide
Weight of complete towers above
ground line (+6m):
- SS kg Bidder to provide
- ST1 kg Bidder to provide
- ST2 kg Bidder to provide
- DE kg Bidder to provide
Standard height tower m Bidder to provide
Tower Outline Drawings yes/no Yes
Nameplate with Complete Information yes/no Yes
Danger Plate yes/no Yes

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 302

Technical Schedule/Data Sheet for Steel Tubular Poles


(To be completed for each pole length, 14m &16m)
Technical Schedule/Data Sheet for Steel Tubular Poles
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no yes

Standards ASTM A570, A572,


A607, A715
Pole length m 14 or 16
Top diameter mm Bidder to provide
Bottom diameter mm Bidder to provide
Shaft thickness mm Bidder to provide
Outside diameter mm Bidder to provide
Pole Ultimate Load kg Bidder to provide

Minimum Yield Stress of Steel Materials for N/mm² 500


Pole Shaft

Bending Moment @ GL Nm Bidder to provide


Total Weight After Galvanization kg Bidder to provide
Thickness of Bituminous Coating at interface m 120
with atmosphere
Nameplate with Complete Information yes/no yes
Danger Plate yes/no yes

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 303

Technical Schedule/Data Sheet for Overhead Conductor 265mm² AAC


Technical Schedule/Data Sheet for Overhead Conductor 265mm² AAC
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
IEC 60104, IEC
Standards 61089, NFC 34-125 or
equivalent
First commercial operation of offered year Bidder to provide
type
The design life of the offered conductor years Bidder to provide
type
Rated voltage kV 33
Highest system voltage kV 36
Rated frequency Hz 50
Insulation Levels:
- Impulse withstand voltage (+90°C) kV peak 170
- Power Frequency Withstand (50 Hz, 1 kV 70
minute)
Short Circuit Current (3s) kA 25
Rated cross section mm2 265
External diameter mm 20.2
Diameter of wire mm 2.25
Number of wires No 61
Rated strength kN 67.72
Electrical resistance at 20°C Ω/km 0.229
Mass per km without grease (Kg/km) Kg/km 670
Mass of grease including external lay g/m Bidder to provide
Module of elasticity MPa 60000
EDS Stress daN 735
Coefficient of linear expansion of X10-6 23
conductors

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 304

Technical Schedule/Data Sheet for Overhead Conductor 265mm² AAC


Description Unit Required Bidder’s Offer
Nominal breaking load daN 4565
Current carrying capacity at ambient A 630
temperature of 35ooC and equilibrium
temperature of 80 C
Lay direction of the external layer: Right(Z)
“right-hand” lay

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 305

Technical Schedule/Data Sheet for Optical Ground Wires (OPGW)


Technical Schedule/Data Sheet for Optical Ground Wires (OPGW)
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes

Standards IEC, ITU-T, IEEE,


VDE, DIN, ASTM
First commercial operation of offered year Bidder to provide
type
The design life of the offered conductor years Bidder to provide
type
Ultimate strength kN Bidder to provide
Maximum tensile strength kN Bidder to provide
Maximum crush force kg/mm Bidder to provide
Maximum allowable stringing tension kN Bidder to provide
Minimum bending radius mm Bidder to provide
Maximum electrical resistance at 20°C Ω/km Bidder to provide
Overall diameter of OPGW mm Bidder to provide
Mass per km without grease (Kg/km) Kg/km Bidder to provide
Mass of grease g/m Bidder to provide
FIBER UNIT/FIBERS
Minimum thickness of buffer tube wall mm 0.25
Buffer tubes are color coded Yes/No Yes
Buffer tubes are filled with water Yes/No Yes
blocking jelly
Gel dripping temperature o
C ˃85
Total number of optical fibers No 32
Type/mode standard single mode
Operation wave length nm 1310 & 1550
Cut off wave length nm < 1270
Attenuation at 1310 nm

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 306

Technical Schedule/Data Sheet for Optical Ground Wires (OPGW)


Description Unit Required Bidder’s Offer
- on reel at factory or at site before dB/km < 0.35
installation
- after installation, including splicing dB/km < 0.40
Attenuation at 1550 nm
- on reel at factory or at site before dB/km < 0.25
installation
- after installation, including splicing dB/km < 0.30
Optical loss variation over the dB/km < 0.05
temperature during short-circuit test
Chromatic dispersion at 1310 nm ps/nm.km ≤ 3.5
Chromatic dispersion at 1550 nm ps/nm.km ≤ 18
o
Continuous operation temperature C 60
Difference in attenuation coefficient dB < +/- 0.05
(when measured from both ends)
SPLICES & CONNECTORS
Maximum average splice loss of any
individual splice (mean value of the
splice loss measured from both sides) at
- 1310 nm dB < 0.05
- 1550 nm dB < 0.05
Maximum loss of connector (connector dB < 0.3
and coupler)
JOINT BOX
cast aluminium or
Material stainless-steel min.
grade ANSI 316
Protection degree IP 55
OPGW - OFC splicing Yes/No Yes
Number of splices No. ≥ 40
Cable entry from bottom Yes/No Yes

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 307

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 308

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and


Terminations
Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 60502-2
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Rated voltage kV 33
Highest system voltage kV 36
Rated frequency Hz 50
Insulation Levels:
- Impulse withstand voltage (+90°C) kV peak 170
- Power Frequency Withstand (50 Hz, 1 kV 70
minute)
Short Circuit Current (3s) kA 25
Type of cable Single core
Minimum insulation spacing according to
- conductor/conductor mm IEC 60621,
- conductor/earth mm IEC 60071
Laying arrangement Trefoil/Flat
Laying environment Ducts/cables
trenches/air/ground
Laying depth m 1.1
Thermal resistance of the laying °C x cm 100
environment
W
Outdoor air temperature
- minimum °C +15
- maximum °C +40

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 309

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Soil temperature at 1.1 m deep:
- minimum °C +10
- maximum °C +35
CONSTRUCTIVE
CHARACTERISTICS
Conductor:
- material Cu
- nominal cross-section mm2 300
- shape Bidder to provide
- no. of conductors no. Bidder to provide
- diameter of conductor mm Bidder to provide
- minimum semi-conductor layer mm 0.8
thickness on the conductor
Insulation:
- material tree-retardant XLPE
- nominal thickness mm Bidder to provide
- nominal semi-conductor thickness on mm Bidder to provide
insulator
- moisture block tape for longitudinal yes
and transversal water propagation
Metallic screen:
- material Cu
- approximate no. and diameter of no./mm Bidder to provide
shield wires
- cross-section of copper shield mm2 Bidder to provide
Armoring:
- material aluminium wires
- protection against termites yes
Outer sheath
- material PVC
- rated thickness mm Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 310

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations


Description Unit Required Bidder’s Offer
Exterior cable diameter mm Bidder to provide
Cable weight kg/m Bidder to provide
Minimum bending radius when m Bidder to provide
installed
ELECTRICAL AND THERMAL
CHARACTERISTICS
- maximum DC resistance at 20°C mΩ/km Bidder to provide
- maximum AC resistance at the mΩ/km Bidder to provide
admissible operational temperature
(90°C)
- inductance mH/km Bidder to provide
- capacitance F/km Bidder to provide
- charging current/conductor A/km Bidder to provide
- grounding current A/km Bidder to provide
- charging load/circuit kVAr/km Bidder to provide
- dielectric rigidity kV/mm Bidder to provide
- coefficient reducing the influence Bidder to provide
upon telecommunication lines
- thermal resistivity - XLPE insulation: °Cxcm/ Bidder to provide
W
- thermal resistivity - PE exterior °Cxcm/ Bidder to provide
corrosion protection sheath
W
Maximum current carrying capacity (at
Uo) for the following conditions:
- Trefoil arrangement in ground: soil
temperature=400C, depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide
- Flat arrangement in ground: soil
temperature=400C, depth=1.1m
- 1 circuit A Bidder to provide
- 2 circuits A Bidder to provide
- 3 circuits A Bidder to provide

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 311

Technical Schedule/Data Sheet for 1Cx300mm2 33 kV Cables and Terminations


Description Unit Required Bidder’s Offer
CABLE TERMINATIONS
Cable termination for connection of 33 As per transformer
kV power transformer bushings specification
As per switchgear
specification
Cable termination for connection of 33 As per switchgear
kV switchgear specification
Cable termination for connection of 33 As per OHL
kV OHL specification

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 312

Technical Schedule/Data Sheet for 33kv Composite Tension/Suspension


Insulators
Technical Schedule/Data Sheet for 33kv Composite Tension/Suspension Insulators
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Material HTV silicone rubber
Rated voltage kV 33
Highest system voltage kV 36
Rated frequency Hz 50
Insulation Levels:
- Power Frequency Withstand, wet kV 70
- Lightning Impulse withstand voltage, kV 170
dry
Specified mechanical load kN 120
Routine test load kN 60
Short Circuit Current (3s) kA 25
Arcing distance mm ˃370
Creepage distance mm ˃ 1620

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 313

Technical Schedule/Data Sheet for 33kv Composite Post Insulators


Technical Schedule/Data Sheet for 33kv Composite Post Insulators
Description Unit Required Bidder’s Offer
Manufacturer’s name Bidder to provide
Country of Manufacturing Bidder to provide
Manufacturer’s type designation Bidder to provide
Type tested yes/no Yes
Standards IEC 61952
First commercial operation of offered year Bidder to provide
type
The design life of the offered cable type years Bidder to provide
Material HTV silicone rubber
Mounting Type Clamp Top
Rated voltage kV 33
Highest system voltage kV 36
Rated frequency Hz 50
Insulation Levels:
- Power Frequency Withstand, wet kV 70
- Lightning Impulse withstand voltage, kV 170
dry
Maximum Design Cantilever Load, IEC kN ˃ 8.5
61952
Specified Cantilever Load, IEC 61952 kN ˃ 14
Specified Tensile Load, IEC 61952 kN ˃ 100
Routine test load kN 50
Short Circuit Current (3s) kA 25
Rated creepage distance mm ˃ 1620

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 314

Contractor’s Equipment

Form EQU
The Bidder shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key Contractor’s 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 Name of manufacturer Model and power rating


information

Capacity 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 Contact name and title


Fax Telex
Agreements Details of rental / lease / manufacture agreements specific to the project

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 315

Functional Guarantees
Form FUNC

The Bidder shall copy in the left column of the table below, the identification of each
functional guarantee required in the Specification and stated by the Employer in para. 1.2 (c) of
Section III, Evaluation and Qualification Criteria, and in the right column, provide the
corresponding value for each functional guarantee of the proposed plant and equipment.

Required Functional Guarantee Value of Functional Guarantee of the


Proposed Plant and Equipment
1. Power Transformers
•No Load Loss (Watts)
• Load Loss (Watts)

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 316

Personnel
Form PER -1

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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 317

Form PER-2

Resume of Proposed Personnel


Name of Bidder

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize 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

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 318

Proposed Subcontractors for Major Items of Plant and


Installation Services
A list of major items of Plant and Installation Services is provided below.
The following Subcontractors and/or manufacturers are proposed for carrying out the item of
the facilities indicated. Bidders are free to propose more than one for each item

Major Items of Plant and Installation Proposed Subcontractors/ Nationality


Services Manufacturers
LOT 1
161kV O/D SF6 Live Tank Circuit Breakers
161kV O/D Disconnector with Earth Switch
161kV O/D Pantograph Switch
161kV O/D Current Transformers
161kV O/D Voltage transformers
161kV O/D Post insulators
161kV O/D Surge Arresters
33kV O/D SF6 Live Tank Circuit Breakers
33kV O/D Isolator with Earth Switch
33kV O/D Current Transformers
33kV O/D Voltage Transformers
33kV O/D Post Insulators
33kV O/D Surge Arresters
161/33kV Power Transformer
33/11kV Power Transformers
11/0.4kV Station Service Transformers
33kV Indoor AIS (Air Insulated Switchgear)
11kV Indoor AIS (Air Insulated Switchgear)
33/11kV Indoor Current Transformers
33/11kV Indoor Voltage Transformers
110 VDC Battery Chargers

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 319

Major Items of Plant and Installation Proposed Subcontractors/ Nationality


Services Manufacturers
110 VDC Battery Banks
DC Distribution Panels
LVAC Distribution Panels
33kV XLPE Cables
33kV Termination Kits
11kV XLPE Cables
11kV Termination Kits
LV Cables
Control and Protection Cables
Protection relays and Bay Control and
Protection Units (BCPU)
Energy Meters for Settlement Metering
System
Fire Detection System
Earthing Material
Design Engineer*
Subcontractor for Civil Works

Other Specialized Subcontractor*

LOT 2
Steel Lattice Towers
Steel Tubular Poles
33kV Composite Post Insulators
33kV Composite Suspension/Tension
Insulators
Aluminum Conductors
33kV XLPE Cables
33kV Termination/jointing Kits
Optical Ground Wire (OPGW)
OPGW Joint Box

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 320

Major Items of Plant and Installation Proposed Subcontractors/ Nationality


Services Manufacturers
Design Engineer*
Subcontractor for Civil Works

Other Specialized Subcontractor*

Date: -------------------------------- Bidder’s Stamp and Signature: -------------------------------


-
Company __________________ Position in Company ______________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 321

Others - Time Schedule


(to be used by Bidder when alternative Time for Completion is invited in ITB 13.2)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 322

Bidders Qualification without prequalification


To establish its 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.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 323

Form ELI 1.1

Bidder Information Sheet


Date: ______________________
RFB No.: ___________________
Page ________ of _______ pages

1. Bidder’s Legal Name

2. In case of JV, legal name of each party:

3. Bidder’s actual or intended Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration:

6. Bidder’s Authorized Representative Information


Name:
Address:
Telephone/Fax numbers:
Email Address:

7. Attached are copies of original documents of


 Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITB 4.4
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1
 In case of state-owned enterprise or institution, in accordance with ITB 4.6, documents
establishing:
• Legal and financial autonomy
• Operation under commercial law
• Establishing that the Bidder is not under the supervision of the Employer
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership. [If required under BDS ITB 46.1, the successful Bidder shall provide additional
information on beneficial ownership, using the Beneficial Ownership Disclosure Form.]

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 324

Form ELI 1.2

Party to JV Information Sheet


Date: ______________________
RFB No.: ___________________
Page ________ of_ ______ pages

1. Bidder’s Legal Name:

2. JV’s Party legal name:

3. JV’s Party Country of Registration:

4. JV’s Party Year of Registration:

5. JV’s Party Legal Address in Country of Registration:

6. JV’s Party Authorized Representative Information


Name:
Address:
Telephone/Fax numbers:
Email Address:

7. Attached are copies of original documents of


 Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.4.
 In case of a state-owned enterprise or institution, documents establishing legal and financial
autonomy, operation in accordance with commercial law, and that they are not under the
supervision of the Employer, in accordance with ITB 4.6.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership. [If
required under BDS ITB 46.1, the successful Bidder shall provide additional information on
beneficial ownership for each JV member using the Beneficial Ownership Disclosure Form.]

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 325

Form CON – 2
Historical Contract Non-Performance
Bidder’s Legal Name: _______________________ Date: _____________________
JV Member Legal Name: _______________________ ___________________
RFB No.: __________________
Page _______ of _______ pages

Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
 Contract non-performance did not occur since 1st January [insert year] specified in Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.1.
 Contract(s) not performed since 1st January [insert year] specified in Section III, Evaluation and
Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (current
portion of value, currency,
contract exchange rate
and US$
equivalent)
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria
 No pending litigation in accordance with Section III, Evaluation and Qualification Criteria,
Sub-Factor 2.3.
 Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.3 as indicated below.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 326

Year of Amount in Contract Identification Total


dispute dispute Contract
(currency) Amount
(currency),
USD
Equivalent
(exchange
rate)
Contract Identification: _________
Name of Employer: ____________
Address of Employer: __________
Matter in dispute: ______________
Party who initiated the dispute: ____

Status of dispute: ___________


Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Litigation History in accordance with Section III, Evaluation and Qualification Criteria
 No Litigation History in accordance with Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.4.
 Litigation History in accordance with Section III, Evaluation and Qualification Criteria,
Sub-Factor 2.4 as indicated below.
Year of Outcome as Contract Identification Total Contract
award percentage of Net Amount
Worth (currency),
USD
Equivalent
(exchange rate)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 327

[insert [insert Contract Identification: [indicate [insert


year] percentage] complete contract name, number, and amount]
any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main issues
in dispute]
Party who initiated the dispute: [indicate
“Employer” or “Contractor”]
Reason(s) for Litigation and award
decision [indicate main reason(s)]

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 328

Form CCC

Current Contract Commitments / Works in Progress


Bidders and each member 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.

Name of contract Employer, Value of Estimated Average


contact outstanding completion date monthly
address/tel/fax work (current invoicing over
US$ equivalent) last six months
(US$/month)
1.

2.

3.

4.

5.

etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 329

Form FIN – 3.1

Financial Situation
Historical Financial Performance
Bidder’s Legal Name: _______________________ Date: _____________________
JV Member Legal Name: _______________________ RFB No.: __________________
Page _______ of _______ pages
To be completed by the Bidder and, if JV, by each member

Financial Historic information for previous ______ (__) years


information
in US$ (US$ equivalent in 000s)
equivalent
Year 1 Year 2 Year 3 Year … Year n Avg. Avg.
Ratio

Information from Balance Sheet

Total Assets
(TA)

Total
Liabilities
(TL)

Net Worth
(NW)

Current
Assets (CA)

Current
Liabilities
(CL)

Information from Income Statement

Total
Revenue
(TR)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 330

Financial Historic information for previous ______ (__) years


information
in US$ (US$ equivalent in 000s)
equivalent
Year 1 Year 2 Year 3 Year … Year n Avg. Avg.
Ratio

Profits
Before Taxes
(PBT)

Attached are copies of financial statements (balance sheets, including all related notes, and
income statements) for the years required above complying with the following conditions:
(a) Must reflect the financial situation of the Bidder or member to a JV, and not sister
or parent companies
(b) Historic financial statements must be audited by a certified accountant
(c) Historic financial statements must be complete, including all notes to the financial
statements
(d) Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 331

Form FIN – 3.2

Average Annual Turnover


Bidder’s Legal Name: ___________________________ Date: _____________________
JV Member Legal Name: ____________________________ RFB No.: __________________
Page _______ of _______ pages

Annual turnover data


Year Amount and Currency US$ equivalent

_________________________________________ ____________________
_________________________________________ ____________________
_________________________________________ ____________________
_________________________________________ ____________________
_________________________________________ ____________________
*Average _________________________________________ ____________________
Annual
Turnover

*Average annual turnover calculated as total certified payments received for work in progress
or completed, divided by the number of years specified in Section III, Evaluation Criteria,
Sub-Factor 2.3.2.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 332

Form FIN3.3

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 cash
flow demands of the subject contract or contracts as indicated in Section III, Evaluation and
Qualification Criteria
Source of financing Amount (US$ equivalent)
1.

2.

3.

4.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 333

Form EXP 4.1

Experience
General Experience
Bidder’s Legal Name: ____________________________ Date: _____________________
JV Member Legal Name: ____________________________ RFB No.:
__________________
Page _______ of _______ pages

Starting Ending
Contract Identification Role of
Month / Month /
Year Year Years Bidder
*
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 334

Starting Ending
Contract Identification Role of
Month / Month /
Year Year Years Bidder
*
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:

*List calendar year for years with contracts with at least nine (9) months activity per year
starting with the earliest year

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 335

Form EXP –4.2(a)

Specific Experience
Bidder’s Legal Name: ___________________________ Date: _____________________
JV Member Legal Name: _________________________ RFB No.: __________________
Page _______ of _______ pages

Similar Contract Number: ___ of ___ Information


required.
Contract Identification _______________________________________
Award date _______________________________________
Completion date _______________________________________

Role in Contract
  Subcontract
Contractor Management or
Contractor

Total contract amount __________________________ US$________


__ __
If member in a JV or subcontractor,
specify participation of total contract __________% _____________ US$_______
amount
Employer’s Name: _______________________________________
Address: _______________________________________
_______________________________________
Telephone/fax number: _______________________________________
E-mail: _______________________________________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 336

Form EXP –4.2(a) (cont.)

Specific Experience (cont.)


Bidder’s Legal Name: ___________________________ Page _______ of _______ pages
JV Member Legal Name: ___________________________

Similar Contract No. __[insert specific Information


number] of [total number of contracts]
___ required
Description of the similarity in
accordance with Sub-Factor 4.2a) of
Section III:

Amount _________________________________

Physical size _________________________________

Complexity _________________________________

Methods/Technology _________________________________

Physical Production Rate _________________________________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 337

Form EXP –4.2(b)

Specific Experience in Key Activities


Bidder’s Legal Name: ___________________________ Date: _____________________
JV Member Legal Name: _________________________ RFB No.: __________________
Subcontractor’s Legal Name: ______________ Page _______ of _______ pages

Information
Contract Identification _______________________________________
Award date _______________________________________
Completion date _______________________________________
Role in Contract
  Subcontracto
Contractor Management r
Contractor

Total contract amount _________________________ US$________


If member in a JV or subcontractor,
specify participation of total contract __________% _____________ US$________
amount
Employer’s Name: _______________________________________
Address: _______________________________________
_______________________________________
Telephone/fax number: _______________________________________
E-mail: _______________________________________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 338

Form EXP –4.2 (b)(cont.)

Specific Experience in Key Activities (cont.)


Bidder’s Legal Name: ___________________________ Page _______ of _______ pages
JV Member Legal Name: ___________________________
Subcontractor’s Legal Name: __________________________

Information
Description of the key activities in
accordance with Sub-Factor 4.2b) of
Section III:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 339

Form of Bid Security


Form of Bid Security – Bank Guarantee

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Employer to insert its name and address]

RFB No.:[Employer to insert reference number for the Request for Bids]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date:[Insert date of issue]

BID GUARANTEE No.:[Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that ______ [insert name of the Bidder, which in the case of a joint
venture shall be the name of the joint venture (whether legally constituted or prospective) or
the names of all members thereof](hereinafter called "the Applicant") has submitted or will
submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of
________________ under RFB No. ____________

Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be


supported by a Bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________
(____________) upon receipt by us of the Beneficiary’s complying demand, supported by
the Beneficiary’s statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Bidder:

(a) has withdrawn its Bid during the period of Bid validity set forth in the Bidder’s Letter
of Bid (“the Bid Validity Period”), or any extension thereto provided by the Bidder; or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid
Validity Period or any extension thereto provided by the Applicant, (i) has failed to
execute the Contract Agreement, or (ii) has failed to furnish the Performance Security,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 340

in accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding


document.

This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt of
copies of the contract agreement signed by the Applicant and the Performance Security
issued to the Beneficiary in relation to such contract agreement; or (b) if the Applicantis not
the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s
notification to the Applicant of the results of the Bidding process; or (ii)twenty-eight days
after the end of the Bid Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.

_____________________________

[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 341

Form of Bid Security- Bid Bond N/A


BOND NO. ______________________
BY THIS BOND _____________ as Principal (hereinafter called “the Principal”), and
___________________,authorized to transact business in ________________, as Surety
(hereinafter called “the Surety”), are held and firmly bound unto _________________ as
Obligee (hereinafter called “the Employer”) in the sum of ____________11(__________), for
the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind
ourselves, our successors and assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has submitted a written Bid to the Employer dated the ___ day of
______, 20__, for the construction of _____________ (hereinafter called the “Bid”).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the
Principal:
(a) withdraws its Bid during the period of Bid validity specified in the Form of Bid; or
(b) having been notified of the acceptance of its Bid by the Employer during the period of
Bid validity; (i) fails or refuses to execute the Contract Form, if required; or (ii) fails or
refuses to furnish the Performance Security in accordance with the Instructions to
Bidders;
then the Surety undertakes to immediately pay to the Employer up to the above amount upon
receipt of the Employer’s first written demand, without the Employer having to substantiate
its demand, provided that in its demand the Employer shall state that the demand arises from
the occurrence of any of the above events, specifying which event(s) has occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and
including the date 28 days after the date of expiration of the Bid Validity Period set forth in
the Principal’s Letter of Bid or any extension thereto provided by the Principal.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be
executed in their respective names this ____ day of ____________ 20__.
Principal: _______________________ Surety: _____________________________
Corporate Seal (where appropriate)
_______________________________ ____________________________________
(Signature) (Signature)
(Printed name and title) (Printed name and title)

11
The amount of the Bond shall be denominated in the currency of the Employer’s Country or the equivalent
amount in a freely convertible currency.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV – Bidding Forms 342

Form of Bid-Securing Declaration/NA


Date: ________________
RFB No.: _______________
Alternative No.: _______________
To: ___________________________________
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid-Securing
Declaration.
We accept that we will automatically be suspended from being eligible for Bidding or
submitting proposals in any contract with the Employer for the period of time of
________________, starting on ____________, if we are in breach of our obligation(s) under
the Bid conditions, because we:
(a) have withdrawn our Bid during the period of Bid validity specified in the Letter of Bid;
or
(b) having been notified of the acceptance of our Bid by the Employer during the period of
Bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to
furnish the Performance Security, in accordance with the ITB.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful
Bidder; or (ii) twenty-eight days after the expiration of our Bid.

Signed: _________________________________
In the capacity of ______________________

Name: ______________________________________________________
Duly authorized to sign the Bid for and on behalf of: __________________
Dated on ____________ day of __________________, _______
________________________
Corporate Seal (where appropriate)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section IV - Bidding Forms 343

Manufacturer’s Authorization

Date: __________________
RFB No.: _________________
To: ________________________
WHEREAS

We ___________________, who are official manufacturers of____________________,


having factories at _____________________, do hereby authorize
______________________ to submit a Bid the purpose of which is to provide the following
goods, manufactured by us _______________________, and to subsequently negotiate and
sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 27 of the
General Conditions, with respect to the goods offered by the above firm.

Signed: _______________________________________

Name: ______________________________________

Title:______________________________________

Duly authorized to sign this Authorization on behalf of:


______________________________________

Dated on ____________ day of __________________, _______

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines
(Lot 1-2) – Volume 1 of 2
Section V – Eligible Countries 345

Section V - Eligible Countries

Eligibility for the Provision of Goods, Works and Non Consulting Services in
Bank-Financed Procurement

In reference to ITB 4.8 and 5.1, for the information of the Bidders, at the present time firms,
goods and services from the following countries are excluded from this Bidding process:

Under ITB 4.8 (a) and 5.1: none.

Under ITB 4.8 (b) and 5.1: none

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VI – Fraud and Corruption 347

Section VI - Fraud and Corruption


(this Section shall not be changed)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-
consultants, service providers or suppliers; any agents (whether declared or not); and any
of their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.

2.2 To this end, the Bank:


a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of evidence
material to the investigation or making false statements to investigators in
order to materially impede a Bank investigation into allegations of a
corrupt, fraudulent, coercive, or collusive practice; and/or threatening,
harassing, or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the
investigation; or
(b) acts intended to materially impede the exercise of the Bank’s inspection
and audit rights provided for under paragraph 2.2 e. below.
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VI – Fraud and Corruption 348

b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-consultants,
sub-contractors, service providers, suppliers and/ or their employees, has, directly or
indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take
other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of any
part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices during the procurement process, selection and/or execution
of the contract in question, without the Borrower having taken timely and
appropriate action satisfactory to the Bank to address such practices when they
occur, including by failing to inform the Bank in a timely manner at the time they
knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise benefit
from a Bank-financed contract, financially or in any other manner; 1 (ii) to be a
nominated2 sub-contractor, consultant, manufacturer or supplier, or service provider
of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to
receive the proceeds of any loan made by the Bank or otherwise to participate further
in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and in
contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),
consultants, contractors, and suppliers, and their sub-contractors, sub-consultants,
service providers, suppliers, agents personnel, permit the Bank to inspect 3 all

1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated
sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of
such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing
contract.
2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the
bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that
allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities
undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits,
such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms.
Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and
information, and making copies thereof as relevant; accessing and examining any other documents, data and
information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VI – Fraud and Corruption 349

accounts, records and other documents relating to the procurement process, selection
and/or contract execution, and to have them audited by auditors appointed by the
Bank.

thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits;
and obtaining third party verification of information.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Part 2 – Employer’s Requirements 351

PART 2 - Employer’s Requirements

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 353

Section VII - Employer’s Requirements

Contents
Scope of Supply of Plant and Installation Services by the Contractor .......................... 354

Specification......................................................................................................................... 407

Forms and Procedures ........................................................................................................ 408


Form of Completion Certificate ........................................................................................ 408
Change Order Procedure and Forms ................................................................................. 411
Change Order Procedure ................................................................................................... 412
Annex 1. Request for Change Proposal ........................................................................... 413
Annex 2. Estimate for Change Proposal .......................................................................... 415
Annex 3. Acceptance of Estimate .................................................................................... 417
Annex 4. Change Proposal ............................................................................................... 419
Annex 5. Change Order ................................................................................................... 422
Annex 7. Application for Change Proposal ..................................................................... 426

Drawings .............................................................................................................................. 428

Supplementary Information .............................................................................................. 431

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 354

Scope of Supply of Plant and Installation Services by the


Contractor

The Scope of works for which bids are invited is an EPC (Engineering, Procurement and
Construction) for:

- Lot1: Supply and Installation of 33/11kV Primary Substations and extension of Freetown
161 Substation in Freetown (Lot 1)

- Lot2: Supply and Installation of 33kV Sub transmission Lines in Freetown (Lot 2)
Detailed Scope of Works for both lots is given hereafter.

Lot 1 - Detailed Scope of Works


The Scope of Works of Lot 1

A. Freetown 161 Substation


This Scope of Works (SOW) covers the design, manufacture, factory testing, transport,
erection, installation, commissioning and handing over in satisfactory operating condition of
the following transformers, auxiliary equipment and accessories, as required.
A.1 161kV Outdoor switchgear
The complete sets of 161kV Outdoor (OD) Switchgear, fully type tested to latest applicable
IEC, vis-à-vis application requirements as indicated, consisting of extended aluminum
tubular main and transfer bus bars, current rating 1600A (IEC rating), short circuit current
25kA – 3s, as described / detailed below, shall be supplied and installed as conceptually
shown in the single line diagram (SLD) drawings ESURP/AF/FT161/01. All Factory
Acceptance Tests (FAT) for the OD switchgear (circuit breakers, isolators, etc.) shall be
conducted as per the latest applicable IEC standards.
The 161kV switchgear shall have provisions for testing CT, VT, HV-tests etc.
Equipment / System shall be tested & commissioned by Original Equipment Manufacturer
(OEM).
Bus Bar in 161kV Switchgear shall be arranged as extended aluminum tubular main busbar
and extended aluminum tubular transfer busbar.
The 161kV switchgear shall be equipped with the following equipment:
A.1.1 One (1) 161/33kV Transformer Feeder Bay
Equipped asp per SLD drawing ESURP/AF/FT161/01, in accordance with Specifications and
Technical Schedules/Data sheets with:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 355

- 1 set of 161kV, 630A, 31.5 kA, 3s, SF6 Circuit Breaker with remote and local control
(set of 3-phase) c/w operating platforms, grounding mats and supporting steel structures
- 1 set of 161kV, 1250A, 31.5kA, 3s disconnect switch (set of 3-phase), motorized and
manual operating mechanism, c/w operating platforms, grounding mats and supporting
structures
- 2 sets of 161kV, 1250A, 31.5kA, 3s Pantograph break disconnect (set of 3-phase),
motorized and manual operating mechanism, c/w operating platforms, grounding mats
and supporting structures
- 1 set of 161kV O/D Current Transformer (set of 3-phase) c/w steel supporting structures
- 1 set of 161kV Voltage Transformers (set of 3-phase) c/w steel supporting structures
connected to main bus
- 1 set of 161kV Surge Arrester (set of 3-phase) c/w steel supporting structures
The related control/metering panel shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as wiring, terminals, test terminal blocks / switches, etc.
- Mimic diagram with equipment position indicators and control switches for equipment
remote control
A.2 33kV Outdoor switchgear
The complete sets of 33kV Outdoor (OD) Switchgear, fully type tested to latest applicable
IEC, vis-à-vis application requirements as indicated, consisting of extended aluminum
tubular main and transfer bus bars, current rating 1250A (IEC rating), short circuit current
25kA – 1s, as described / detailed below, shall be supplied and installed as conceptually
shown in the single line diagram (SLD) drawing ESURP/AF/FT161/01. All Factory
Acceptance Tests (FAT) for the OD switchgear (circuit breakers, isolators, etc.) shall be
conducted as per the latest applicable IEC standards.
The 33kV switchgear shall have provisions for testing CT, VT, HV-tests etc.
Equipment / System shall be tested & commissioned by Original Equipment Manufacturer
(OEM).
Bus Bar in 33kV Switchgear shall be arranged as aluminum tubular busbar.
The 33kV switchgear shall be equipped with the following equipment:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 356

A.2.1 One (1) Incomer Bay from 161/33kV, 35/40MVA Power Transformer
Equipped asp per SLD drawing ESURP/AF/FT161/01, in accordance with Specifications and
Technical Schedules/Data sheets with:
- 1 set of 33kV O/D 1250A, 25kA 1s SF6 Circuit Breaker with remote and local control
(set of 3-phase) c/w with support structures
- 1 set of 33kV O/D 1250A, 25kA 1s Motorized Line Isolator (set of 3-phase) with Earth
Switch c/w with support structures
- 1 set of 33kV O/D 1250A, 25kA 1s Motorized Bus Isolator (set of 3-phase) c/w with
support structures
- 1 set of 33kV O/D Current Transformer (set of 3-phase) c/w support structures
- 1 set of 33kV O/D Voltage Transformer (set of 3-phase) c/w support structures
connected to bus bar
- 2 sets of 33kV O/D Surge Arrester (set of 3-phase) c/w all accessories
The related control/metering panel shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as wiring, terminals, test terminal blocks / switches, etc.
- Mimic diagram with equipment position indicators and control switches for equipment
remote control
A.2.2 One (1) Bus Section Bay
Equipped asp per SLD drawing ESURP/AF/FT161/01, in accordance with Specifications and
Technical Schedules/Data sheets with:
- 1 set of 33kV O/D 1250A, 25kA 1s SF6 Circuit Breaker with remote and local control
(set of 3-phase) c/w with support structures
- 2 sets of 33kV O/D 1250A, 25kA 1s Motorized Bus Isolator (set of 3-phase) with Earth
Switch c/w with support structures
- 1 set of 33kV O/D Current Transformer (set of 3-phase) (400-800/1/1/1A) c/w support
structures
The related control/metering panel shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 357

- 1 voltmeter with a 7- position selector switch.


- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as wiring, terminals, test terminal blocks / switches, etc.
- Mimic diagram with equipment position indicators and control switches for equipment
remote control
A.2.3 Three (3) Feeder Bays
Equipped asp per SLD drawing ESURP/AF/FT161/01, in accordance with Specifications and
Technical Schedules/Data sheets with:
- 1 set of 33kV O/D 1250A, 25kA 1s SF6 Circuit Breaker with remote and local control
(set of 3-phase) c/w with support structures
- 1 set of 33kV O/D 1250A, 25kA, 1s Motorized Bus Isolator (set of 3-phase) with Earth
Switch c/w support structures
- 1 set of 33kV O/D 1250A, 25kA 1s Motorized Line Isolator (set of 3-phase) with Earth
Switch c/w with support structures
- 1 set of 33kV O/D Current Transformer (set of 3-phase) c/w support structures
- 1 set of 33kV O/D Surge Arrester (set of 3-phase) c/w all accessories
The related control/metering panel shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as wiring, terminals, test terminal blocks / switches, etc.
- Mimic diagram with equipment position indicators and control switches for equipment
remote control
A.3 Power Transformer
A.3.1 One (1) 161/33kV, 35/40MVA Power Transformer
Power Transformers, oil filled, suitable for outdoor installation, with on load tap changer,
rated at 35/40MVA (ONAN/ONAF) as per Specification and technical Schedules/Data
Sheets.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 358

The design of these transformers shall comply with the following main design data:
- Rated power: 35/40MVA
- No-load voltage ratio: 161/33kV
- Vector group symbol: YNyn0
- Rated frequency: 50Hz
- Kind of cooling: ONAN/ONAF
- Installation: Outdoor
For other technical data, relevant sections of the Specifications and Technical Schedules/Data
Sheets shall be referred to. The transformers shall be designed and tendered in full
compliance with all applicable sections of the Specifications, Technical Schedules/Data
Sheets and drawings.
The Transformer shall be suitably designed, installed and connected to the 161kV & 33kV
systems for parallel operation with existing 161/33kV, 35/40MVA Power Transformer.
A.3.2 Voltage Regulation / Parallel Interlocking Panel
One (1) independent, comprehensive control and voltage regulation systems shall be
provided for group of two (2) 161/33kV, 35/40MVA Power Transformers. The scheme/
wiring shall be suitable for the parallel operation of two (2) transformers.
In normal configuration, group of two (2) transformers will be operated in continuous parallel
mode to feed the 33kV switchgear. In the event of the loss of one transformer in a group,
remaining transformer will continue to feed the associated 33kV switchgear.
Transformer Paralleling Interlock BCU Cubicle
Transformer Paralleling Interlock (TPI) BCU Cubicle shall consist of
- Common Transformer Paralleling Interlock logic; the BCU used for the parallel
interlock logic shall be the same type provided for the SWG bays and shall be ready to
be integrated to the future SCMS system complete with status indications / min. 16
window alarm unit.
- All inputs shall be independent and direct from mechanical auxiliary switches of
breakers & or isolators.
Transformer Voltage Regulation Cubicle
Transformer Voltage Regulation Cubicle shall be equipped with the following equipment, for
each transformer:
- 1 Automatic Voltage Regulator multi-function numerical type (serially and fully
prepared to be integrated into future SCMS) Relay
- 1 Interface to the future SCMS System.
- 1 control selector switch (positions: Local-Remote).
- 1 control selector switch (positions: Auto-Manual).
- 1 control selector switch (Master/Follower)
- 1 control selector-switch (Parallel interlock bypass / normal).

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 359

- 1 tap-change control switch or 2 push-buttons for operation of the tap-changer for


RAISE/ LOWER
- 1 voltmeter for 33kV & 11kV with spread scale and with a 7-position selector switch.
- 1 tap-position indicator.
- 1 temperature indicator.
- 1 set of indication/operation lamps.
- 1 alarm annunciator block.
- 1 set of material such as panels, wiring, terminals, and test blocks/switches, etc.
The Automatic Voltage Regulation (AVR) scheme shall have all discrete components as
back-up for basic manual remote tap change operation (RTCC features as per approval) from
AVR panel in case of loss of AVR Relay.
The AVR operation shall not be affected by the availability or non-availability of the future
SCMS system and shall continue to operate normally irrespective of the future SCMS being
in-service or not.
In case of failure of the AVR, manual tap changer control shall be possible from the AVR
cubicle with master/follower scheme and the future SCMS system.
AVRs shall function in Master/Follower/Independent (M/F/I) modes even for the failure of
TPI. Failure of any single AVR should not break Master/Follower (M/F) combination.
A.4 LVAC/DC Supply and Distribution
The Main LVAC Panel shall be supplied from the exiting 11/0.435kV, 250kVA Auxiliary
Transformer. The number of outgoing feeders to be provided in the LVAC board shall be
suitable to meet the total requirements in the ultimate configuration of the new 161/33kV
substation extension (covering all current and final future needs of the station).
The Contractor shall be responsible to design, supply and install 110V DC distribution panel
to meet the total requirements in the ultimate configuration of the new 161/33kV substation
extension (covering all current and final future needs of the station).
The Contractor shall be responsible to connect all the equipment supplied under the Contract
to the station LVAC and DC systems as required. Sub-Main Distribution Boards, Sub-
Distribution Boards and dedicated Final MCB DB (if required) as per approval shall be
installed at the respective locations including all cabling, wiring, terminations, etc. from the
main and sub-distribution boards, and Final MCB DB to the load terminals / spare points.
All cable support systems shall be provided in the respective work areas to meet with the
cabling requirements of the Works. The Contractor shall provide all necessary cable support
and steel embedment as required. The Contractor shall also be responsible for the
design/layout of the cable tray/support systems in time to provide the required provision in
the civil works.
The AC supply as well as distribution switchboards, etc., shall meet the requirements of the
Technical Specifications, Technical Schedules/Data Sheets and conceptual drawings
ESURP/AF/LVAC provided with the Bid document. This shall include all panels, wiring, etc.
necessary to achieve the complete auxiliary supply system, such as:
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 360

A.4.1 Main AC Distribution Panel (400V AC)


Equipped with:
- Motor operated 4-wire incomer air circuit breaker without ‘built-in releases’ but with
dedicated numerical O/C + E/F protections.
- Voltmeters and Ammeters, each with a selector switch.
- kWh meter (tariff metering accuracy class) for each incomer with test block for CT and
VT circuits, to facilitate meter testing.
- Outgoing ACB/MCCB/MCB for supply of station loads, lightning, oil treatment plant,
SWG testing, etc. of ratings as suitable for the loads to be connected for the complete
substation.
- 20% spare feeders, at least one (1) MCCB/MCB of each type used.
- The LVAC system incomer status, alarm and metering signals, along with other alarms,
shall be ready to be interfaced to the future SCMS system using the Common Services
BCUs.
A.4.2 DC Distribution Panel (110V DC)
Equipped with:
- Motor operated incomer circuit breaker, complete with adjustable thermal and magnetic
protection.
- Interlocking
- Voltmeters and Ammeters.
- Voltage control units (dropping diode)
- MCB's for emergency lighting, etc.
- 20% spare feeders, at least one (1) MCB of each type used.
- The DC system incomer and bus section breaker status, alarm and metering signals,
along with other alarms, shall be ready to be interfaced to the future SCMS system using
the Common Services BCUs.
The distribution arrangement shall meet with the requirement of supplying the complete
extended substation loads.
A.5 Upgrade and extension of existing Substation Event and Data
Recording System
The Contractor shall be responsible to design, supply and install all required for upgrade and
extension of existing event and data recording system to cater for all substation extension
works. In general, the following equipment and works will be required:
- 3 Ethernet switches
- 1 Protocol converter
- 1 Data concentrator
- 1 Terminal rack
- Required fiber optic, LAN, control cables
- Upgrade of existing substation event and data recording system database and HMI

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 361

The communication protocol of existing substation event and data recording system is based
on IEC 60870-5-103.
A.6 Protection Equipment for 161kV & 33kV Switchgear
Dedicated numerical, multi-function protection relays bay controllers (BCPUs) with
embedded protection functions shall be provided as specified in Technical Schedules/Data
Sheets. The scope of work shall also include documentation, including software for settings,
parameterization, analysis of disturbance records, licenses, operation and maintenance
manuals, fault finding manuals, etc. as well and recommended protection relay settings for
each protection terminal. Dedicated approved type Test Switches / Sockets shall be provided
for BCPU and Protection Relay terminals.
All software licenses shall be registered under EDSA name. All protection setting
calculations should be carried out using the latest version of ETAP or CYMDIST software
subject to EDSA approval. Models should be submitted for EDSA use. Finalized settings
shall be loaded into respective protection relays and BCPUs.
As a minimum the following protection shall be provided:
A.6.1 161/33kV, 35/40MVA Power Transformer
Equipped with:
- Protection: 87T, 50/51, 50N/51N
- auxiliary relays and secondary injection test facilities
Protection equipment for 161/33kV Power Transformer may be installed in Power
Transformer control cubicle or in separate panel.
A.6.2 33kV OHL Feeders
Equipped with:
- Protection: 67/50/51, 67N/50N/51N, 79
- auxiliary relays and secondary injection test facilities
Protection equipment for 33kV OHL feeders may be installed in 33kV OHL feeders control
cubicle or in separate panel.
A.6.3 33kV Bus Sectionalizer
Equipped with:
- Protection: 87/67/50/51, 67N/50N/51N, 79
- auxiliary relays and secondary injection test facilities
Protection equipment for 33kV Bus Sectionalizer may be installed in 33kV Bus Sectionalizer
control cubicle or in separate panel.
A.6.4 33kV Busbar Protection
The 33kV High Impedance type bus bar protection (HIBBP) with integrated Breaker Fail
Protection, 3-phase OC and EF protection and under and over voltage protection relays

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 362

(Incomers, Bus Couplers, Bus Sections included) shall be provided in standalone panel
located in the control room for both bus bars. BBP shall be in service even if one bay unit
fails for Section Feeder. If more than one control unit (CU) is installed, the CU shall
communicate with each other in order to clear/identify all possibility of Bus Fault.
The Contractor shall be responsible for full integration of new protection with existing
protection system.
A.7 Settlement metering system for the new 33kV incomer from new
161/33kV Power Transformer
Supply, Installation, Commissioning and Setting to Work in full compliance with the
requirements the following:
Duplicate redundant electricity settlement meters (one Main and one Check) of accuracy
class, 0.2s for Active energy and 0.5s for Reactive energy, for Defined Metering Points
(DMP) which is the 33kV Incomer from new 161/33kV power transformer to the new 33kV
Switchgears. The meters listed above shall be installed in separate panel dedicated for meters,
such as a single row contains both main and check meters.
A.8 Cables and Interface
The following cables shall be supplied, installed and commissioned as required to complete
the subject work in every respect:
- 33kV single core Cu/XLPE cables between the 33kV SWG and the 33kV OHL Terminal
towers including terminations at both ends.
- 33kV single core Cu/XLPE cables between the 33kV SWG and the 161/33kV Power
Transformer including terminations at both ends
- 33kV single core Cu/XLPE cables for grounding the Power Transformer 33kV Neutral
- 161kV single core Cu/XLPE cables for grounding the Power Transformer 161kV
Neutral
- 1kV insulated LV XPLE power cables.
- LV multi-core control, fiber optic cables, coaxial cables and FOC patch cords, etc. as
applicable.
- All required cable racks, pipes, supporting structures, cable sealing ends/terminations,
ferrules and auxiliary equipment necessary for their proper installation, connection and
operation to the satisfaction of EDSA.
All LV power cables and multi core control, telephone cables, fiber optic cables and FOC
patch cords shall be connected to the relevant substation equipment, in an approved manner.
The Contractor shall provide all necessary racks, cable trays, cable cleats and any other
accessories required for the substation cables. Contractor shall supply the complete set of
supports in the 33kV cable trenches for the Power for all feeders as per approved cable
routing within substation.
Cable ducts / trenches shall be provided for all 33kV outgoing feeder cables. Layout and
arrangement of cable ducts shall be subject to separate approval of EDSA.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 363

The price shall include all necessary wiring between the FOC, telephone cable termination
boxes/cabinets, and the related relay panels or optic terminals/signaling equipment (as
applicable).
A.9 Miscellaneous works
A.9.1 Earthing
An underground earthing system shall be provided to make it suitable for the highest earth
fault levels of the 161/33kV substation, as per the relevant Specifications.
The design, supply, installation and commissioning of the complete underground earthing
system for the complete extension of 161/33kV Substation as well as connection to the
existing substation earthing system shall be undertaken by the Contractor. The scope under
this item shall also cover all above-ground earth connections of all equipment supplied and
installed by the Contractor for the entire substation extensions and stub-outs for receiving
grounding connections of the transmission line (Cable) works. The above-ground earthing
for system is deemed as covered under this clause.
A.9.2 Outdoor Lighting and Small Power Systems
Complete substation area lighting and small power systems, including emergency lighting
systems as per EDSA approval, generally divided as below:
- 161kV and 33kV outdoor switchgear
- Power Transformer
- Common areas including Cable trenches, Roofs, Compounds of Transformers, Substation
Roads and Boundary Wall, etc.
A.9.3 Substation Lightning Protection System
Design, supply and installation of lightning protection system for substation extension and
connection of the same to the underground earthing system for the 161/33kV Substation shall
be a part of Contractor’s Scope. Protection for complete substation equipment including the
outdoor area shall be fully ensured.
A.10 Civil Engineering and Building Works
This section of the Scope of works covers the requirements of the civil and building works
necessary for the Substation equipment being provided under the scope of this Contract and
includes the design, manufacture, testing, delivery, transport, storage at SITE, erection,
installation, commissioning, performance testing and handing over in satisfactory operating
condition of all civil works related to the substation(s).
The Scope of Works shall include all engineering (including design & drawing) and building
works necessary for the proper completion of the project in every respect. The civil
engineering and building works to be executed by the Contractor are to cover the collection
of site data, detailed design, and preparation of construction drawings for EDSA approval, all
required approvals and NOCs from regulatory authorities, obtaining building permit,
obtaining permanent services connections (if applicable) such as telephone, water, drainage,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 364

etc. supply of materials, construction and subsequent maintenance of the works required as
outlined in the Specification documents.
Bidders shall note that complete civil design of the Substation must be finished and approved
by EDSA within three (3) months after the date of the letter of award. All civil design inputs
(loading and layouts) for all equipment must be taken into consideration before the start of
civil structural design.
The civil and building works shall be constructed in accordance with Civil Works
Specifications.
The civil works shall be handled in full compliance with the Specifications and shall include
but not be limited as follows:
- Detailed Site survey & Site Grading as required.
- Temporary access roads/ lay-down areas, etc. suitable for delivery of all civil and
electromechanical equipment. Include for removal at the end of the project. The
regulations for both access roads and lay-down areas assigned to the Contractor shall be
in accordance with EDSA approval.
- Relocation and / or protection of any existing underground/ above ground services
within the plot area that interfere with new construction, as required by the concerned
authorities/ EDSA including for future, if any.
- Site mobilization, including installation of site offices etc., for EDSA/ CONTRACTOR,
and other preparatory works as required.
- Installation and commissioning of temporary site services including, power, water, air
conditioning, Fire Fighting, foul water treatment/disposal system and communications to
site offices. Include for removal at the end of the project.
- Soil investigation, complete in all aspects.
- Geophysical / Geo-technical Study, complete in all aspects
- Continuous provision of dewatering and temporary protection of works as may be
required during construction of buildings and structures.
- Supply, place, water and compact in layers, approved backfill material to raise the plot to
a level as specified above adjoining road level, including edge protection required, if
any.
- All works necessary for laying of cables, ducts, pipe/cable trenches/troughs with covers,
etc.
- Construct all roads/pathways inside the plot, including surface drainage, kerbs,
interlocking tiles, asphalt, road markings, signage for proper completion of the works.
- Complete all landscaping inside the plot, including filling, embankments, gravel
surfacing to un-built areas and all other necessary works.
- Reinforced concrete foundations and substructure works as required for associated
equipment, including all necessary protection and waterproofing.
- All associated finishing and fitting out works including drainage, manholes, pits, etc.
- Construct reinforced concrete transformer bay complete, including waterproofing,
trenches, sumps, gratings, gravel, etc.
- Site clearance and making good upon completion of the works.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 365

- Excavation of trial pits/trenches prior to execution of any other site or construction


works, with purpose to detect existing services and objects associated with allocated plot
area.
- Provision of demolishing existing structure obstruction the new construction (if any)
- Surrounding pavements/sidewalks and graveling of areas inside the substation plot
limits/adjacent roads/sidewalks.
- All Civil works to accommodate designed/ approved works.
- External Lighting (outdoor) shall be with flood lights as per EDSA approval.
- Lightning protection and earthing for the entire extended substation complex.
- All type of steel and metal works.
- Preparation of As Built Drawings.
- All design works, including preparation of design calculations and detailed construction
drawings for the approval of EDSA.
The scope of supply / scope of works for civil works shall cover not only above described,
but generally also all civil work related to:
- Cable laying within the station area(s) as necessary for the subject work,
- Earthing grid laying within the plot(s) as necessary,
- Surface water drainage,
The following external Civil Works, shall be taken into consideration under this scope of
works, but shall not be limited to the following:
- relocation of any services within the area, if required.
- modification / extension of surrounding pavements/sidewalks, if required.
- modification / extension of drainage systems, as required.
Examination of the Site by the Contractor
The Contractor has to study the Contract Documents, the Site, the location and the adjoining
buildings, premises and areas prior to commencement of works and that it has made its own
evaluation of the facilities available and the difficulties associated the Work.
Subsurface Conditions
The Contractor shall carry out his own subsoil investigation, which shall include a soil
investigation report and a geophysical / geo-technical survey, and he shall not contest the
contents of any report provided in the bid document, which shall be considered “for
information only”. EDSA shall not be liable for any deductions, interpretations or
conclusions made thereof by the Contractor.
The Contractor shall have full responsibility for interpreting the geo-technical data. Even if,
during the performance of the Work, it appears that the state of the sub-foundations and the
subsoil of the Site differ substantially from what has been set forth in the Contract Document,
the additional cost of the Work, if any, shall be borne solely by the Contractor.
Any necessary soil improvement shall be included in the Bidder’s price.
Surveys, Lines and levels

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 366

The Contractor shall furnish reference points, benchmark and elevations as may be required
for the execution of the Work. The Contractor shall protect all benchmarks, survey pegs and
monuments from damage or movement. If any of these are moved or disturbed, they shall be
replaced and installed at the Contractor's expense.
The Contractor shall be responsible for the entire cost of repairing, modifying or moving
Work improperly installed due to such bench marks, survey pegs and monuments having
been moved without the authorization of the respective authorities, or due to the Contractor’s
failure to protect and maintain same.
161/33kV Substation extension and Associated Works
A suitable minimum clearance shall be provided for all equipment to suit installation and
operational requirements and in compliance with the relevant Technical Specifications.
All structures shall be designed to carry the loads imposed by the structure itself, together
with live loads in accordance with approved standards and codes of practice to be
incorporated into the Design Criteria Document. Type of foundation, shallow or deep, shall
be in accordance with the findings and recommendations of the soil investigation report.
External lighting, lightning and earthing systems shall be EDSA approved and fulfil the
requirements of the relevant Specifications.
Any areas of exposed concrete such as equipment foundations, apron slabs, pathways etc.
shall receive a protective coating of approved chemically resistant paint.
For the fire rating requirements, as applicable for civil works, reference is made to
recognized international standards.
The layout and switchgear arrangement in the transformer bay may be modified and adopted
to suit the actual equipment sizes in order to achieve an optimum workable layout of all
equipment to be located inside the substation building.
The Bidder shall submit a properly worked out proposal for recommended layout of
equipment in accordance with the actual equipment dimensions whilst satisfying the building
and security regulations. The proposal shall include elevation drawings for the substation
extension. In the absence of such submission, it will be considered that the Bidder has studied
the site conditions and has agreed to accommodate all equipment in the available area.
The Contractor is responsible for all necessary coordination to meet the requirements of
electrical, mechanical and civil works to achieve a homogeneous and uniform design.
In particular, the scope of civil works shall be inclusive of the following:
- As applicable, reinforced cable trenches with racks/ladders and/or cable ducts and pipes
shall be provided as required. Trenches shall be sufficient in sizes and ducts shall be
sufficient in numbers for exit and entry of all HV, MV, LV and fiber optic cables. A
20% spare capacity shall be provided on each side of the building where it is possible to
avoid excavation inside the substation plot at later stages for installation of additional
cables.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 367

- Excavated material, excess to requirement shall be properly disposed of at an approved


tipping area. Dewatering, if required, shall be included. Filling and compaction shall be
performed with approved material only.
- Provision of Drainage system from roads and any other contained areas shall be
connected to the external Municipal drainage network if available.
- Provision shall be made for soak-away, if there is no connection to nearby municipality
network.
- Embedded electrical conduits, sleeves, bolts and steel elements
- Supply and install cable tray and cable support for power and control cables for
complete Switchgear including future if required
- Staircase, loading platform, etc. shall be provided as applicable
- Manholes, associated covers, chequered plates, gratings and its supporting systems.
- Sealing of all openings, joints, sleeves including fire stop seal.
- Outdoor lighting and small power system for the extended substation complex shall be
provided.
- Lightning protection, earthing for power and communication systems shall be provided
for extended substation complex
Power Transformer Area
The Contractor shall make all necessary arrangements including, but not limited to, the
provision of civil works required for transportation, access, loading and unloading, installing
heavy equipment in all the bays.
The Contractor is responsible to properly design the layout according to the proposed
equipment and requirements of this specification.
The oil collecting pits shall be of adequate capacity to hold 120% of oil of 161/33kV Power
Transformer.
The transformer bay shall be of the “open to sky” type.
The Contractor shall make provision for the catchment of oil spillage from the equipment
resulting from mechanical or electrical failure. Precautions shall be provided to prevent
pollution of ground water, irrigation ditches and other watercourses by leaking or ejected oil.
Equipment foundations shall be surrounded by a low watertight reinforced concrete wall
enclosing an area or pit in which the entire oil content of the equipment can be retained in the
event of a major leak.
Cable Trench, Cable Shaft, Cable Riser, Cable Entry Ducts
The Contractor shall provide sufficient reinforced concrete cable trenches together with cable
racks and/or cable ducts. These trenches and ducts shall be sufficient in size and numbers to
accommodate all cables, including spare capacity.
Covers shall be provided with protective galvanized steel angles/channels. They shall be
easily removed and designed to withstand the maximum loadings likely to occur relative to
their location.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 368

The Contractor shall provide reinforced concrete duct banks, sufficient in size and numbers
to accommodate required cables, including spares. Duct bank and cable trench shall include
waterproofing and proper sealing. Ends of ducts and cable trench are to be extended one
meter beyond the plot boundary (as applicable) and to be provided with removable caps.
Location of duct banks, orientation, slopes for ducts, if any, shall be subject to EDSA
approval. Contractor shall provide steel access platforms in all service shafts.
Pull pits of suitable size, located at the ends of duct banks shall be provided as deemed
necessary, and shall be subject to EDSA approval.
Adequate sumps and means of drainage shall be incorporated into the trench system.
Trenches shall be subject to EDSA approval.
- Required cable trenches shall be of concrete and provided with proper trays, ladders,
cleats etc., suitable removable trench covers, as necessary.
- Cable shaft, gallery, cable riser, cable entry ducts etc. shall be provided as per the site
requirement with minimum 20% spare quantity.
Internal Roads & Pavements & Access Roads
Construction of pavements made of interlocking tiles around the structures.
Site leveling and installation of single sized layer of gravel for the internal area inside plot
boundary are included in Contractor’s Scope. Gravel layer shall be smoothly leveled to reach
the kerb stone level.
Substation plot area drainage shall include soak away ditches or discharge to network storm
water system etc. It also includes Construction of vehicular access to the main substation
equipment rooms and external access ramps.
Design and installation of cross carriageway duct banks/pipe crossings.
Dismantling & Demolition Works
Existing facilities within substation perimeter (if any) shall be dismantled and demolished by
the Contractor. Whenever dismantling of equipment is carried out, the materials, which
become excess / redundant, are not to be returned to EDSA. While returning the materials to
EDSA stores, these materials shall be neatly bundled /packed, and along with detailed
packing list, these materials are to be handed over to EDSA stores. In such cases the expenses
for handing over the materials to EDSA Stores is deemed to be included in various rates
included in the Contract Price. In any case mentioned above, the materials shall be cleared
from site as early as possible. The area shall be back-filled with general fill as applicable. The
site of demolished building shall be in clean condition.

B. 33/11kV, 20/26MVA Substations


B.1 33kV Metal Clad Air Insulated Switchgear (AIS) Single Bus Bar
(Aberdeen, Clinetown and Falconbridge Substations)
The complete sets of 33kV Air Insulated Switchgear(AIS) in draw-out type execution, fully
type tested to latest applicable IEC, vis-à-vis application requirements as indicated,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 369

consisting of a single bus bar system, current rating 1250A (IEC rating), short circuit current
25kA – 3s, as described / detailed below, shall be supplied and installed as conceptually
shown in the single line diagram (SLD) and layout drawings; ESURP/AF/ABN/01,
ESURP/AF/ABN/02, ESURP/AF/CTN/01, ESURP/AF/CTN/02, ESURP/AF/FB/01,
ESURP/AF/FB/02 and ESURP/AF/FB/03. All Factory Acceptance Tests (FAT) for the AIS
(circuit breakers, isolators, etc.) shall be conducted as per the latest applicable IEC standards.
The feeders shall have provision to connect two runs (2 runs) of 1Cx300mm2 cable. The
contractor shall cater terminations at switchgear side as well at riser pole side with all
accessories for each. The 33kV switchgear shall have provisions for testing CT, VT, HV-tests
etc. All VT fuses shall have Auxiliary Switch to signal OPEN/CLOSE status to BCPU.
Equipment / System shall be tested & commissioned by Original Equipment Manufacturer
(OEM).
Bus Bar in 33kV Switchgear shall be arranged as solid bus bars BB-A and BB-B.
Space for two (2nos) future bays (one on each side) shall be provided for 33kV Switchgear.
The 33kV switchgear shall be equipped with the following equipment:
B.1.1 Two (2) Feeder Panels (Aberdeen Substation)
These panels, each, shall be equipped with:
- 1 three-pole withdrawable circuit breaker, 1250 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 set of three-phase voltage transformers with disconnecting means.
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.1.2 Four (4) Feeder Panels (Clinetown and Falconbridge Substations)
These panels, each, shall be equipped with:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 370

- 1 three-pole withdrawable circuit breaker, 1250 A


- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 set of three-phase voltage transformers with disconnecting means.
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.1.3 One (1) Bus Section Bay and One (1) Bus Raiser (Aberdeen, Clinetown and
Falconbridge Substations)
Equipped with:
- 1 three-pole withdrawable circuit breaker, 1250 A
- 2 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 371

B.1.4 Two (2) 33/11kV Transformer Feeder Bays (Aberdeen, Clinetown and
Falconbridge Substations)
Each equipped with:
- 1 three-pole withdrawable circuit breaker, 1250 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.1.5 Two (2) Metering / Earthing Panels Bay(s) (Aberdeen, Clinetown and
Falconbridge Substations)
These bays shall be equipped with:
- 1 Set of three-pole high speed / maintenance earth switches dedicated for the bus
sections
- 1 Set of three-phase voltage transformers for protection, synchronization, measuring, etc.
The related local control cubicle for this metering bay(s) shall be equipped with:
- 1 voltmeter with 7-position selector switch, for bus bar voltage indication
- 1 Microprocessor-based bay unit incorporating all supervision, alarm, metering and
interlocking features as required
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 Digital Annunciation Module for respective bay level alarms.
- 1 Set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 372

B.2 33kV Metal Clad Air Insulated Switchgear (AIS) Double Bus Bar (Jui
and Waterloo Substations)
The complete sets of 33kV Air Insulated Switchgear(AIS) in draw-out type execution, fully
type tested to latest applicable IEC, vis-à-vis application requirements as indicated,
consisting of a double bus bar system, current rating 1250A (IEC rating), short circuit current
25kA – 3s, as described / detailed below, shall be supplied and installed as conceptually
shown in the single line diagram (SLD) and layout drawings; ESURP/AF/JUI/01,
ESURP/AF/JUI/02, ESURP/AF/WTL/01 and ESURP/AF/WTL/02. All Factory Acceptance
Tests (FAT) for the AIS (circuit breakers, isolators, etc.) shall be conducted as per the latest
applicable IEC standards.
The feeders shall have provision to connect two runs (2 runs) of 1Cx300mm2 cable. The
contractor shall cater terminations at switchgear side as well at riser pole side with all
accessories for each. The 33kV switchgear shall have provisions for testing CT, VT, HV-tests
etc. All VT fuses shall have Auxiliary Switch to signal OPEN/CLOSE status to BCPU.
Equipment / System shall be tested & commissioned by Original Equipment Manufacturer
(OEM).
Bus Bar in 33kV Switchgear shall be arranged as upper solid bus bars BB1, and BB2 with
two sections BB2-A and BB2-B.
Space for two (2nos) future bays (one on each side) shall be provided for 33kV Switchgear.
The 33kV switchgear shall be equipped with the following equipment:
B.2.1 Six (6) Feeder Panels
These panels, each, shall be equipped with:
- 2 three pole bus bar selection isolator switch, 1250 A
- 1 three-pole withdrawable circuit breaker, 1250 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 set of three-phase voltage transformers with disconnecting means.
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 373

- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all


control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.2.2 One (1) Bus Section Bay and One (1) Bus Raiser
Equipped with:
- 1 three-pole withdrawable circuit breaker, 1250 A
- 2 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.2.3 Two (2) Bus Coupler Bays
Equipped with:
- 1 three-pole withdrawable circuit breaker, 1250 A
- 2 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 374

- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE


(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.2.4 Two (2) 33/11kV Transformer Feeder Bays
Each equipped with:
- 2 three pole bus bar selection isolator switch, 1250 A
- 1 three-pole withdrawable circuit breaker, 1250 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.2.5 Three (3) Metering / Earthing Panels Bay(s)
These bays shall be equipped with:
- 1 Set of three-pole high speed / maintenance earth switches dedicated for the bus
sections
- 1 Set of three-phase voltage transformers for protection, synchronization, measuring, etc.
The related local control cubicle for this metering bay(s) shall be equipped with:
- 1 voltmeter with 7-position selector switch, for bus bar voltage indication
- 1 Microprocessor-based bay unit incorporating all supervision, alarm, metering and
interlocking features as required
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 Digital Annunciation Module for respective bay level alarms.
- 1 Set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 375

B.3 11kV Metal Clad Air Insulated Switchgear (AIS) Single Bus Bar
(Aberdeen Substation)
The complete sets of 11kV Air Insulated Switchgear(AIS) in draw-out type execution, fully
type tested to latest applicable IEC, vis-à-vis application requirements as indicated,
consisting of a single bus bar system, current rating 2500A (IEC rating), short circuit current
25kA – 3s, as described / detailed below, shall be supplied and installed as conceptually
shown in the single line diagram (SLD) and layout drawings; ESURP/AF/ABN/01,
ESURP/AF/ABN/02. All Factory Acceptance Tests (FAT) for the AIS (circuit breakers,
isolators, etc.) shall be conducted as per the latest applicable IEC standards.
The feeders shall have provision to connect two runs (2 runs) of 3Cx240mm2 cable. The
contractor shall cater terminations at switchgear side as well at riser pole side with all
accessories for each. The 11kV switchgear shall have provisions for testing CT, VT, HV-tests
etc. All VT fuses shall have Auxiliary Switch to signal OPEN/CLOSE status to BCPU.
Equipment / System shall be tested & commissioned by Original Equipment Manufacturer
(OEM). Space for two (2nos) future bays (one on each side) shall be provided for 33kV
Switchgear.
The 11kV switchgear shall be equipped with the following equipment:
B.3.1 Two (2) Incomer Panels from 33/11kV, 20/26MVA Power Transformers
These panels, each, shall be equipped with:
- 1 three-pole withdrawable circuit breaker, 2500 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 set of three-phase voltage transformers with disconnecting means.
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 376

B.3.2 One (1) Bus Section Bay and One (1) Bus Raiser
Equipped with:
- 1 three-pole withdrawable circuit breaker, 2500 A
- 2 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.3.3 Six (6) Feeder Panels
These panels, each, shall be equipped with:
- 1 three-pole withdrawable circuit breaker, 630 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.3.4 One (1) 11kV Auxiliary Transformer Feeder Panel
11 kV Aux Transformer feeder panels shall be equipped with:
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 377

- 1 three-pole 630 A circuit breaker


- 1 set of three-pole maintenance earth switch
- 1 set of three-phase current transformers, separate cores for metering and different
protection purposes as per tender drawings
- 1 cable termination compartment
- 1 capacitive cable live indication (3 phases).
The related low voltage compartments shall be equipped with:
- 1 interlocking, hardwired.
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, supervision, alarm, metering and interlocking features as required.
- 1 key-lockable selector switch for control, Positions: OFF-LOCAL(BCU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test switches/blocks, etc.
B.3.5 Two (2) Metering / Earthing Panels Bay(s)
These bays shall be equipped with:
- 1 Set of three-pole high speed / maintenance earth switches dedicated for the bus
sections
- 1 Set of three-phase voltage transformers for protection, synchronization, measuring, etc.
The related local control cubicle for this metering bay(s) shall be equipped with:
- 1 voltmeter with 7-position selector switch, for bus bar voltage indication
- 1 Microprocessor-based bay unit incorporating all supervision, alarm, metering and
interlocking features as required
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 Digital Annunciation Module for respective bay level alarms.
- 1 Set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.4 11kV Metal Clad Air Insulated Switchgear (AIS) Single Bus Bar (Jui
and Waterloo Substation)
The complete sets of 11kV Air Insulated Switchgear(AIS) in draw-out type execution, fully
type tested to latest applicable IEC, vis-à-vis application requirements as indicated,
consisting of a single bus bar system, current rating 2500A (IEC rating), short circuit current
25kA – 3s, as described / detailed below, shall be supplied and installed as conceptually
shown in the single line diagrams (SLD) and layout drawings; ESURP/AF/CTN/01,
ESURP/AF/CTN/02, ESURP/AF/JUI/01, ESURP/AF/JUI/02, ESURP/AF/WTL/01 and
ESURP/AF/WTL/02. All Factory Acceptance Tests (FAT) for the AIS (circuit breakers,
isolators, etc.) shall be conducted as per the latest applicable IEC standards.
The feeders shall have provision to connect two runs (2 runs) of 3Cx240mm2 cable. The
contractor shall cater terminations at switchgear side as well at riser pole side with all
accessories for each. The 11kV switchgear shall have provisions for testing CT, VT, HV-tests
etc. All VT fuses shall have Auxiliary Switch to signal OPEN/CLOSE status to BCPU.
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 378

Equipment / System shall be tested & commissioned by Original Equipment Manufacturer


(OEM). Space for two (2nos) future bays (one on each side) shall be provided for 33kV
Switchgear.
The 11kV switchgear shall be equipped with the following equipment:
B.4.1 Two (2) Incomer Panels from 33/11kV, 20/26MVA Power Transformers
These panels, each, shall be equipped with:
- 1 three-pole withdrawable circuit breaker, 2500 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 set of three-phase voltage transformers with disconnecting means.
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.4.2 One (1) Bus Section Bay and One (1) Bus Raiser
Equipped with:
- 1 three-pole withdrawable circuit breaker, 2500 A
- 2 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 synch-check facility through dedicated synch-check relay
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 379

- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all


control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.4.3 Eight (8) Feeder Panels
These panels, each, shall be equipped with:
- 1 three-pole withdrawable circuit breaker, 630 A
- 1 set of three-phase current transformers, separate cores for different protection and
metering purposes as per Specifications and SLD drawings.
- 1 set of three-pole maintenance earth switch
- 1 capacitive cable live indication (3 phases)
- 1 set of surge arresters
- 1 set of cable-end terminations and boxes
The related low voltage compartment shall be equipped with:
- 1 interlocking hardwired.
- 1 ammeter set with 3 ammeters.
- 1 voltmeter with a 7- position selector switch.
- 1 energy meter (kVA, kW, kVAr, PF, etc.)
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, protection, synchronizing, supervision, alarm, metering and interlocking features
as required.
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.4.4 One (1) 11kV Auxiliary Transformer Feeder Panel
11 kV Aux Transformer feeder panels shall be equipped with:
- 1 three-pole 630 A circuit breaker
- 1 set of three-pole maintenance earth switch
- 1 set of three-phase current transformers, separate cores for metering and different
protection purposes as per tender drawings
- 1 cable termination compartment
- 1 capacitive cable live indication (3 phases).
The related low voltage compartments shall be equipped with:
- 1 interlocking, hardwired.
- 1 Microprocessor-based bay control and protection unit (BCPU) incorporating all
control, supervision, alarm, metering and interlocking features as required.
- 1 key-lockable selector switch for control, Positions: OFF-LOCAL(BCU)-REMOTE
(future SCMS)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 380

- 1 set of material such as panels, wiring, terminals, test switches/blocks, etc.


B.4.5 Two (2) Metering / Earthing Panels Bay(s)
These bays shall be equipped with:
- 1 Set of three-pole high speed / maintenance earth switches dedicated for the bus
sections
- 1 Set of three-phase voltage transformers for protection, synchronization, measuring, etc.
The related local control cubicle for this metering bay(s) shall be equipped with:
- 1 voltmeter with 7-position selector switch, for bus bar voltage indication
- 1 Microprocessor-based bay unit incorporating all supervision, alarm, metering and
interlocking features as required
- 1 key-lockable selector switch for control, positions: OFF-LOCAL(BCPU)-REMOTE
(future SCMS)
- 1 Digital Annunciation Module for respective bay level alarms.
- 1 Set of material such as panels, wiring, terminals, test terminal blocks / switches, etc.
B.5 Transformers
The scope covers the design, manufacture, factory testing, transport, erection, installation,
commissioning and handing over in satisfactory operating condition of the following
transformers, auxiliary equipment and accessories, as required.
B.5.1 One (1) Transformer 33/11kV, 20/26MVA, ONAN/ONAF (Aberdeen, Clinetown,
Falconbridge, Jui and Waterloo Substations)
Power Transformers, oil filled, suitable for outdoor installation, with on load tap changer,
rated at 20/26MVA (ONAN/ONAF) as per Specification and technical Schedules/Data
Sheets.
The design of these transformers shall comply with the following main design data:
- Rated power: 20/26MVA
- No-load voltage ratio: 33/11kV
- Vector group symbol: Dyn11
- Rated frequency: 50Hz
- Kind of cooling: ONAN/ONAF
- Installation: Outdoor
For other technical data, relevant sections of the Specifications and Technical Schedules/Data
Sheets shall be referred to. The transformers shall be designed and tendered in full
compliance with all applicable sections of the Specifications, Technical Schedules/Data
Sheets and drawings.
The Transformer shall be suitably installed and connected to the 33kV & 11kV systems.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 381

B.5.2 Voltage Regulation / Parallel Interlocking Panel (Aberdeen, Clinetown,


Falconbridge, Jui and Waterloo Substations)
One (1) independent, comprehensive control and voltage regulation systems shall be
provided for group of two (2) 33/11kV, 20/26MVA Power Transformers. The scheme/ wiring
shall be suitable for the parallel operation of two (2) transformers.
In normal configuration, group of two (2) transformers will be operated in continuous parallel
mode to feed the 11kV switchgear. In the event of the loss of one transformer in a group,
remaining transformer will continue to feed the associated 11kV switchgear.
Transformer Paralleling Interlock BCU Cubicle
Transformer Paralleling Interlock (TPI) BCU Cubicle shall consist of
- Common Transformer Paralleling Interlock logic; the BCU used for the parallel
interlock logic shall be the same type provided for the SWG bays and shall be ready to
be integrated to the future SCMS system complete with status indications / min. 16
window alarm unit.
- All inputs shall be independent and direct from mechanical auxiliary switches of
breakers & or isolators.
Transformer Voltage Regulation Cubicle
Transformer Voltage Regulation Cubicle shall be equipped with the following equipment, for
each transformer:
- 1 Automatic Voltage Regulator multi-function numerical type (serially and fully
prepared to be integrated into future SCMS) Relay
- 1 Interface to the future SCMS System.
- 1 control selector switch (positions: Local-Remote).
- 1 control selector switch (positions: Auto-Manual).
- 1 control selector switch (Master/Follower)
- 1 control selector-switch (Parallel interlock bypass / normal).
- 1 tap-change control switch or 2 push-buttons for operation of the tap-changer for
RAISE/ LOWER
- 1 voltmeter for 33kV & 11kV with spread scale and with a 7-position selector switch.
- 1 tap-position indicator.
- 1 temperature indicator.
- 1 set of indication/operation lamps.
- 1 alarm annunciator block.
- 1 set of material such as panels, wiring, terminals, and test blocks/switches, etc.
The Automatic Voltage Regulation (AVR) scheme shall have all discrete components as
back-up for basic manual remote tap change operation (RTCC features as per approval) from
AVR panel in case of loss of AVR Relay.
The AVR operation shall not be affected by the availability or non-availability of the future
SCMS system and shall continue to operate normally irrespective of the future SCMS being
in-service or not.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 382

In case of failure of the AVR, manual tap changer control shall be possible from the AVR
cubicle with master/follower scheme and the future SCMS system.
AVRs shall function in Master/Follower/Independent (M/F/I) modes even for the failure of
TPI. Failure of any single AVR should not break Master/Follower (M/F) combination.
B.5.3 One (1) 11/0.415kV, 100kVA, ONAN Auxiliary Transformer (Aberdeen, Jui and
Waterloo Substations)
Auxiliary transformers, oil filled, suitable for outdoor installation, with off load tap changer,
rated at 100kVA each are to be supplied and installed as per Specification and technical
Schedules/Data Sheets.
The design of these transformers shall comply with the following main design data:
- Rated power: 100kVA
- No-load voltage ratio: 11/0.415kV
- Vector group symbol: Dyn11
- Rated frequency: 50Hz
- Kind of cooling: ONAN
- Installation: Outdoor
For other technical data, relevant sections of the Specifications and Technical Schedules/Data
Sheets shall be referred to. The transformer shall be designed and tendered in full compliance
with all applicable sections of the Specifications, Technical Schedules/Data Sheets and
drawings.
The Auxiliary transformer shall be suitably installed and connected to the 11kV system and
the Main LVAC Panel.
B.6 LVAC/DC Supply and Distribution (Aberdeen, Jui and Waterloo
Substations)
The Main LVAC Panel shall be supplied from the 11/0.415kV, 100kVA Auxiliary
Transformer. The number of outgoing feeders to be provided in the LVAC board shall be
suitable to meet the total requirements in the ultimate configuration of the new 33/11kV
substation (covering all current and final future needs of the station).
Dual Redundant 110V DC system shall be provided for the substation. The 110V DC system
set shall consist of 2 sets of batteries, 2 sets of chargers and DC distribution panel with two
incomers and a coupler, configured in a dual redundant configuration. The design/capacity
selection for the batteries, chargers and the distribution system shall be aimed to meet the full
substation requirements in the final / ultimate configuration, including the future needs and
with the required number of spares. Additionally, a 20% capacity margin shall be provided
for design margin and 25% capacity for the ageing of the batteries. The number of outgoing
feeders to be provided in the 110VDC board shall be suitable to meet the total requirements
of the station, with dual redundant feeders as and where specified.
The Contractor shall be responsible to connect all the equipment supplied under the Contract
to the station LVAC and DC systems as required. Sub-Main Distribution Boards, Sub-

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 383

Distribution Boards and dedicated Final MCB DB (if required) as per approval shall be
installed at the respective locations including all cabling, wiring, terminations, etc. from the
main and sub-distribution boards, and Final MCB DB to the load terminals / spare points.
All cable support systems shall be provided in the respective work areas to meet with the
cabling requirements of the Works. The Contractor shall provide all necessary cable support
and steel embedment as required. The Contractor shall also be responsible for the
design/layout of the cable tray/support systems in time to provide the required provision in
the civil works.
The AC and DC supply as well as the batteries, chargers, distribution switchboards, etc., shall
meet the requirements of the Technical Specifications, Technical Schedules/Data Sheets and
conceptual drawings ESURP/AF/LVAC and ESURP/AF/110/DC provided with the Bid
document. This shall include all panels, wiring, etc. necessary to achieve the complete
auxiliary supply system, such as:
B.6.1 Main AC Distribution Panel (400V AC)
Equipped with:
- Motor operated 4-wire incomer air circuit breaker without ‘built-in releases’ but with
dedicated numerical O/C + E/F protections.
- Voltmeters and Ammeters, each with a selector switch.
- kWh meter (tariff metering accuracy class) for each incomer with test block for CT and
VT circuits, to facilitate meter testing.
- Outgoing ACB/MCCB/MCB for supply of station loads, lighting, air conditioning, DC
chargers, oil treatment plant, AIS testing, etc. of ratings as suitable for the loads to be
connected for the complete substation.
- 20% spare feeders, at least one (1) MCCB/MCB of each type used.
- The LVAC system incomer status, alarm and metering signals, along with other alarms,
shall be ready to be interfaced to the future SCMS system using the Common Services
BCUs.
B.6.2 110V DC Distribution Panel
Equipped with:
- Motor operated incomer and bus coupler circuit breakers, complete with adjustable
thermal and magnetic protection.
- Automatic and manual change over facilities with interlocking
- Voltmeters and Ammeters.
- Voltage control units (dropping diode)
- MCB's for emergency lighting, etc.
- 20% spare feeders, at least one (1) MCB of each type used.
- The DC system incomer and bus section breaker status, alarm and metering signals,
along with other alarms, shall be ready to be interfaced to the future SCMS system using
the Common Services BCUs.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 384

The distribution arrangement shall meet with the requirement of supplying the complete
substation loads.
B.6.3 110V DC Batteries and Chargers
For 110V DC system, the following equipment shall be provided:
- Two (2) sets of 100% rated, Ni-Cad, batteries sized for the complete substation.
- Two (2) 100% rated chargers, each with a voltage control unit, rated for the complete
substation.
- Two (2) battery switched-fuse boxes.
The capacity of the equipment supplied shall be as calculated according to the emergency
load requirements as well as the load requirements of the load to be connected and the
relevant Specifications and as stated above.
The power supply for the telecommunication equipment at 48VDC level, if any, shall be
derived from 110VDC System. This shall be through DC-DC Converters and approved
Compact MCB DB, all in Dual redundant configuration. This DC-DC package shall be
installed in approved wall/floor mounted cubicle.
B.7 SCMS System for 33/11kV System (Aberdeen, Clinetown,
Falconbridge, Jui and Waterloo Substations)
Substation Control and Monitoring System (SCMS) is not part of the scope of this RFB.
However, all equipment and systems supplied under this RFB shall be ready for integration
into the future SCMS.
B.8 Protection Equipment for 33kV & 11kV Switchgear
Dedicated numerical, multi-function bay control and protection units (BCPUs) with
embedded protection functions shall be provided as specified in Technical Schedules/Data
Sheets and Typical Protection Drawings ESURP/AF/PROT/PTR,
ESURP/AF/PROT/33/OHL, ESURP/AF/PROT/33/BC, ESURP/AF/PROT/33/11/BS,
ESUPR/AF/PROT/11/FEEDER and ESURP/AF/PROT/AUX/TRAFO provided with Bid
document. The scope of work shall also include documentation, including software for
settings, parameterization, analysis of disturbance records, licenses, operation and
maintenance manuals, fault finding manuals, etc. as well and recommended protection relay
settings for each protection terminal. Dedicated approved type Test Switches / Sockets shall
be provided for BCPU and Protection Relay terminals.
All software licenses shall be registered under EDSA name. All protection setting
calculations should be carried out using the latest version of ETAP or CYMDIST software
subject to EDSA approval. Models should be submitted for EDSA use. Finalized settings
shall be loaded into respective protection relays and BCPUs.
According to the typical protection drawings, the protection equipment shall cover the
following functions:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 385

B.8.1 Protection Equipment for 33kV Switchgear (Aberdeen, Clinetown,


Falconbridge, Jui and Waterloo Substations)
- For 33kV Outgoing bays to 33/11kV transformer: transformer percentage differential
protection (overall), Primary 3-phase OC and EF protection, Secondary Neutral Earth
Fault protection, Secondary REF, Secondary OC and EF protection
- For 33kV outgoing OHL bays: Distance Protection relay with at list three (3)
independent directional zones and one (1) non-directional zone shall be the main
protection. The back-up protections (3-phase OC and EF protections) are considered as
built-in functions of the BCPU, which are being provided for each bay. However
separate OC and EF protection relays may also be considered, should these functions be
not available as part of BCPU. BCPU shall be from feeder management family of relays
with graphical HMI and shall be installed as part of LV compartment (applies to all
BCPU supplied under this Contract for MV Works).
- For 33kV Bus Section, the 3-phase OC and EF are considered as built-in functions of the
BCPU
- The 33kV Low Impedance type bus bar protection (LIBBP) for double bus bars and
High Impedance type bus bar protection (HIBBP) for single bus bars with integrated
Breaker Fail Protection, 3-phase OC and EF protection and under and over voltage
protection relays (Incomers, Bus Couplers, Bus Sections included) shall be provided in
standalone panels located in the EDSA control room for each bus bar. BBP shall be in
service even if one bay unit fails for Section Feeder. If more than one CU is installed, the
CU shall communicate with each other in order to clear/identify all possibility of Bus
Fault.
B.8.2 Protection Equipment for 11kV Switchgear (Aberdeen, Jui and Waterloo
Substations)
According to the typical protection drawings the protection equipment shall cover protection
requirements for the project:
- 11kV (MV) Switchgear Incomer: Power Transformer Secondary side O/C and E/F
protections are considered as built-in functions of the BCPU mounted on the MV
(secondary) switchgear Incomer bay.
- 11kV Outgoing Feeder: O/C and E/F protections are considered as built-in functions of
the BCPU.
- 11kV Switchgear Bus Section: O/C and E/F protections are considered as built-in
functions of the BCPU.
- Bus Bar Protection (BBP) will be High Impedance type without overall/check zone.
BBP protection system shall be in separate dedicated cubicles, together with under- and
over- voltage protection relays.
- For 11/0.415kV station transformer bays, the 3-phase OC and EF protections are
considered as built-in functions of the BCPU.
B.9 Cables and Interface
The following cables shall be supplied, installed and commissioned as required to complete
the subject work in every respect:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 386

- 33kV single core Cu/XLPE cables between the 33kV SWG and the 33kV OHL Terminal
towers including terminations at both ends.
- 33kV single core Cu/XLPE cables between the 33kV SWG and the 33/11kV Power
Transformer including terminations at both ends
- 11kV single core Cu/XLPE cables between the 33/11kV Power Transformer and 11kV
SWG including terminations at both ends.
- 11kV three core Cu/XLPE cables between the 11kV SWG and the Auxiliary
Transformer including terminations at both ends.
- 11kV three core Cu/XLPE cables between the 11kV SWG and the OHL terminal poles
including terminations at both ends.
- 11kV single core Cu/XLPE cables for grounding the MV Power Transformer 11kV
Neutral
- 1kV insulated LV XPLE power cables.
- LV multi-core control, fiber optic cables, coaxial cables and FOC patch cords, etc. as
applicable.
- All required cable racks, pipes, supporting structures, cable sealing ends/terminations,
ferrules and auxiliary equipment necessary for their proper installation, connection and
operation to the satisfaction of EDSA.
All LV power cables and multi core control, telephone cables, fiber optic cables and FOC
patch cords shall be connected to the relevant substation equipment, in an approved manner.
The Contractor shall provide all necessary racks, cable trays, cable cleats and any other
accessories required for the substation cables. Contractor shall supply the complete set of
supports in the 33kV & 11kV cable trenches for the Power for all feeders as per approved
cable routing within substation.
Cable ducts / trenches shall be provided for all 33kV & 11kV outgoing feeder cables. Layout
and arrangement of cable ducts shall be subject to separate approval of EDSA.
The price shall include all necessary wiring between the FOC, telephone cable termination
boxes/cabinets, and the related relay panels or optic terminals/signaling equipment (as
applicable).
B.10 Miscellaneous works
B.10.1 Earthing
An underground earthing system shall be provided to make it suitable for the highest earth
fault levels of the 33/11kV substation, as per the relevant Specifications.
The design, supply, installation and commissioning of the complete underground earthing
system for the complete 33/11kV Substation shall be undertaken by the Contractor. The
scope under this item shall also cover all above-ground earth connections of all equipment
supplied and installed by the Contractor for the entire substation and stub-outs for receiving
grounding connections of the transmission line (Cable) works. The above-ground earthing
for system is deemed as covered under this clause.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 387

B.10.2 Outdoor Lighting and Small Power Systems


Complete substation area lighting and small power systems, including emergency lighting
systems as per EDSA approval, generally divided as below:
- Switchgear and Control Rooms
- Auxiliary Rooms
- Common areas including Cable trenches, Roofs, Compounds of Transformers, Substation
Roads and Boundary Wall, etc.
B.10.3 Substation Lightning Protection System
Design, supply and installation of lightning protection system and connection of the same to
the underground earthing system for the 33/11kV Substation shall be a part of Contractor’s
Scope. Protection for complete substation equipment including the outdoor area shall be fully
ensured.
B.10.4 Fire detection and protection system
Fire Detection
Design, supply and installation of:
- Main fire alarm panel with standby batteries
- Smoke detectors, heat detectors, manual call points, alarms, flashers
- Fire detection system/protection system cabling at the substation
- Mimic panels
- Miscellaneous works such as safety warnings, etc., shall be provided.
Testing and commissioning of Fire Detection Systems and provision of “As Built” drawings,
O&M manuals and spare parts. Fire Detection System shall be suitably interlocked with
HVAC.
Any items of work not mentioned above but required shall be provided.
Fire protection
The scope of work includes design, supply and installation of the following items of work
including calculations, detailed engineering and all other works as required.
- Fire seals / stopping coating at cable penetrations.
- Portable and wheeled fire extinguishers / Fire Cart(s)
Any items of work not mentioned above but required to meet fire protection requirements in
full shall be provided.
B.11 HVAC
The scope of work includes design, supply and installation of the following items of work
including calculations, detailed engineering and all other works as required.
- 5HP Free stand Type Split AC units

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 388

Any items of work not mentioned above but required to meet HVAC requirements in full
shall be provided.
B.12 Civil Engineering and Construction Works
This section of the Scope of works covers the requirements of the civil and building works
necessary to house the Substation equipment being provided under the scope of this Contract
and includes the design, manufacture, testing, delivery, transport, storage at SITE, erection,
installation, commissioning, performance testing and handing over in satisfactory operating
condition of all civil works related to the substation(s).
The Scope of Works shall include all engineering (including design & drawing) and building
works necessary for the proper completion of the project in every respect. The civil
engineering and building works to be executed by the Contractor are to cover the collection
of site data, detailed design, and preparation of construction drawings for EDSA approval, all
required approvals and NOCs from regulatory authorities, obtaining building permit,
obtaining permanent services connections (if applicable) such as telephone, water, drainage,
etc. supply of materials, construction and subsequent maintenance of the works required as
outlined in the Specification documents.
Bidders shall note that complete civil design of the Substation must be finished and approved
by EDSA within three (3) months after the date of the letter of award. All civil design inputs
(loading and layouts) for all equipment must be taken into consideration before the start of
civil structural design.
The civil and building works shall be constructed in accordance with Civil Works
Specifications. The External Architectural Finish shall be explicitly approved by EDSA.
Substation Layout Drawings are provided for guidance and bidders are invited to propose
their own alternative layouts for optimization purposes.
The civil works and Electro Mechanical (including HVAC, Fire Detection and Protection,
etc.) works shall be handled in full compliance with the conceptual Tender Drawings and
Specifications and shall include but not be limited as follows:
- Detailed Site survey & Site Grading as required.
- Temporary access roads/ lay-down areas, etc. suitable for delivery of all civil and
electromechanical equipment. Include for removal at the end of the project. The
regulations for both access roads and lay-down areas assigned to the Contractor shall be
in accordance with the Municipality requirements.
- Relocation and / or protection of any existing underground/ above ground services
within the plot area that interfere with new construction, as required by the concerned
authorities/ EDSA including for future, if any.
- Site mobilization, including installation of site offices etc., for EDSA/ CONTRACTOR,
and other preparatory works as required.
- Installation and commissioning of temporary site services including, power, water, air
conditioning, Fire Fighting, foul water treatment/disposal system and communications to
site offices noted in. Include for removal at the end of the project.
- Soil investigation, complete in all aspects.
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 389

- Geophysical / Geo-technical Study, complete in all aspects


- Continuous provision of dewatering and temporary protection of works as may be
required during construction of buildings and structures.
- Supply, place, water and compact in layers, approved backfill material to raise the plot to
a level as specified above adjoining road level, including edge protection required, if
any.
- All works necessary for laying of cables, ducts, pipe/cable trenches/troughs with covers,
etc.
- Construct all roads/pathways inside the plot, including surface drainage, kerbs,
interlocking tiles, asphalt, road markings, signage for proper completion of the works.
- Complete all landscaping inside the plot, including filling, embankments, gravel
surfacing to un-built areas and all other necessary works.
- Construct permanent access roads to the substation, including junctions with existing
roads to suit Local Authority requirements, road marking, kerbs, surface drainage and
signage.
- Reinforced concrete foundations and substructure works as required for substation
building and associated equipment foundations, including all necessary protection and
waterproofing.
- Pre-cast concrete superstructure to substation building, including roof waterproofing
membrane, block-work/ brickwork, rendering, painting, etc.
- All associated finishing and fitting out works to the buildings, including doors, windows,
water supply, drainage, manholes, pits, etc.
- Construct reinforced concrete transformer bays complete, including waterproofing,
trenches, sumps, gratings, gravel, etc.
- Site clearance and making good upon completion of the works.
- Excavation of trial pits/trenches prior to execution of any other site or construction
works, with purpose to detect existing services and objects associated with allocated plot
area.
- Provision of demolishing existing structure obstruction the new construction (if any)
- Surrounding pavements/sidewalks and graveling of areas inside the substation plot
limits/adjacent roads/sidewalks.
- Plumbing and sanitary works, including water supply systems, ground and overhead
tanks, sewage, Storm water and drainage systems including connections to municipal
network system (if available), or septic tank, soak-aways, cesspits, etc., as required.
- All Civil works to accommodate designed/ approved works.
- Small power lighting (indoor) & Emergency lighting system shall be in accordance with
EDSA approval.
- External Lighting (outdoor) shall be with flood lights fixed on substation building itself.
- Lightning protection and earthing for the entire substation complex.
- All type of steel and metal works.
- Preparation of As Built Drawings.
- All design works, including preparation of design calculations and detailed construction
drawings for the approval of EDSA.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 390

The scope of supply / scope of works for civil works shall cover not only building as
described, but generally also all civil work related to:
- Cable laying within the station area(s) as necessary for the subject work,
- Earthing grid laying within the plot(s) as necessary,
- Piping for water, sewage and surface water drainage,
- Out Door and Indoor Fire Protection works,
- Air Conditioning layout as required,
- Access roads with road connections, plot and road area filling, if any.
The following external Civil Works, shall be taken into consideration under this scope of
works, but shall not be limited to the following:
- relocation of any services within the area, if required.
- modification / extension of surrounding pavements/sidewalks, if required.
- modification / extension of sewer and drainage systems, as required.
Examination of the Site by the Contractor
The Contractor has to study the Contract Documents, the Site, the location and the adjoining
buildings, premises and areas prior to having agreed on the Contract Price and that it has
made its own evaluation of the facilities available and the difficulties associated the Work.
Subsurface Conditions
The Contractor shall carry out his own subsoil investigation, which shall include a soil
investigation report and a geophysical / geo-technical survey, and he shall not contest the
contents of any report provided in the bid document, which shall be considered “for
information only”. EDSA shall not be liable for any deductions, interpretations or
conclusions made thereof by the Contractor.
The Contractor shall have full responsibility for interpreting the geo-technical data. Even if,
during the performance of the Work, it appears that the state of the sub-foundations and the
subsoil of the Site differ substantially from what has been set forth in the Contract Document,
the additional cost of the Work, if any, shall be borne solely by the Contractor.
Any necessary soil improvement shall be included in the Bidder’s price.
Surveys, Lines and levels
The Contractor shall furnish reference points, benchmark and elevations as may be required
for the execution of the Work. The Contractor shall protect all benchmarks, survey pegs and
monuments from damage or movement. If any of these are moved or disturbed, they shall be
replaced and installed at the Contractor's expense.
The Contractor shall be responsible for the entire cost of repairing, modifying or moving
Work improperly installed due to such bench marks, survey pegs and monuments having
been moved without the authorization of the respective authorities, or due to the Contractor’s
failure to protect and maintain same.
33/11kV Substation and Associated Works

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 391

Reference shall be made to the conceptual proposed layout drawings.


The substation building housing equipment and associated facilities shall be provided as
shown on the proposed substation layout drawings. The proposed layout included in the Bid
Documents is for guidance only and the Bidders are invited to propose their own layout for
optimization purposes. Modifications may be made to provide a building wholly suitable for
the equipment being provided by the Contractor to satisfy the requirements of other sections
of the Specification. A suitable minimum clearance shall be provided for all equipment to
suit installation and operational requirements and in compliance with the relevant Technical
Specifications.
All structures shall be designed to carry the loads imposed by the structure itself, together
with live loads in accordance with approved standards and codes of practice to be
incorporated into the Design Criteria Document. Type of foundation, shallow or deep, shall
be in accordance with the findings and recommendations of the soil investigation report.
All floors shall be of reinforced concrete to withstand the maximum likely imposed live and
dead loads. Seismic zone criteria shall be as per requirements of local Municipal regulations.
Block work walls shall be provided above finished floor level. All structural elements
(columns and beams) shall be of the cast In-situ concrete design.
Waterproofing of roofs shall be achieved using a high-quality tropicalized roofing membrane,
which is resistant to deterioration by corrosive, erosive and ultraviolet attack and shall be to
the approval of the EDSA. The complete roof area shall be thermally insulated and protected
above the waterproofing membrane using proprietary state-of-the-art systems to the approval
of the EDSA.
Roof drainage shall be designed and constructed such that water will not enter the buildings
in the event of blockages. Rainwater down pipes shall be external to the buildings. Special
attention shall be given to the waterproofing of roofs, sealing of joint and allowance for
thermal and shrinkage movements.
Toilet facilities shall comprise one Asian and one European toilet and one wash hand basin
only. The toilets and lavatories shall have ventilation to the outside, shortest possible
connection to a ground water storage tanks, header water tank and to the sewer/drainage pipe
works including the septic tank and soak away or connection to Municipal Drainage system.
The building shall be provided with a roof drainage system with soak pits / connected to
storm water network, etc. complete with all associated works and as approved by EDSA,
where appropriate.
External cavity walls (as applicable) shall be solid / hollow block construction (both leaf’s)
with 75mm cavity containing 50mm thick insulation and an air gap, complete with all
necessary strengthening cast in-situ beams and columns and wall ties. The cavity walls shall
be rendered and painted on both sides; external paint shall be weather proof and textured
finish.
Internal partition and dividing walls shall be 200mm hollow concrete block work plastered
on both sides, unless otherwise noted. All block work in “wet areas”, e.g. toilet shall be
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 392

200mm solid. All external design, appearance, and color to be proposed by Contractor for the
approval of EDSA.
The floor, wall and ceiling finishes shall be subject to EDSA approval. All visible concrete
surfaces shall be fair faced and painted. No defective concrete works shall be accepted.
Suitable reinforced concrete stiffeners and ties shall be used as required for the stability of
the internal walls.
Doors, frames, fixings and thresholds shall be EDSA approved of quality steel construction,
painted, and shall satisfy the requirements of the related clauses of the Specification. Dust
proofing shall be achieved by the use of neoprene or similar approved seals.
All doors shall open outwards from the building and from electrical rooms and shall be
provided with panic latches or bolts. All escape door leafs shall be fitted with panic bars
which override any locking device, for escape in the event of fire. Door closers shall be fixed
to all doors and door stays fixed to all external doors. Doors of offices, toilets, stores etc.
shall open inwards.
Switchgear rooms, large transformer compounds /cells shall have double access.
A key cabinet shall be provided suitable for holding all keys/padlocks required for the proper
operation of the substation. The cabinet shall be fitted with a hasp and staple and shall be
locked with a padlock (opened by substation master key).
Lighting (internal and external), air-conditioning, electrical and earthing systems, and
firefighting shall be EDSA approved and fulfil the requirements of the relevant
Specifications.
Any areas of exposed concrete such as equipment foundations, apron slabs, pathways etc.
shall receive a protective coating of approved chemically resistant paint.
For the fire rating requirements, as applicable for civil works, reference is made to
recognized international standards.
The layout and switchgear arrangement in the transformer bays and equipment rooms may be
modified and adopted to suit the actual equipment sizes in order to achieve an optimum
workable layout of all equipment to be located inside the substation building.
The Bidder shall submit a properly worked out proposal for recommended layout of
equipment in accordance with the actual equipment dimensions whilst satisfying the building
and security regulations. The proposal shall include elevation drawings for the substation
indicating the building height requirements for the quoted equipment. In the absence of such
submission, it will be considered that the Bidder has studied the conceptual bidding
document drawing and has agreed to accommodate all equipment in the building as detailed.
The Contractor is responsible for all necessary coordination to meet the requirements of
electrical, mechanical and civil works to achieve a homogeneous and uniform design.
In particular, the scope of civil works shall be inclusive of the following:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 393

- Access road construction, pavements and footpaths, shall be provided in accordance with
conceptual general layout drawing.
- As applicable, reinforced cable trenches with racks/ladders and/or cable ducts and pipes
shall be provided up to one meter beyond the plot limit. Trenches shall be sufficient in
sizes and ducts shall be sufficient in numbers for exit and entry of all HV, MV, LV and
fiber optic cables. A 20% spare capacity shall be provided on each side of the building
where it is possible to avoid excavation inside the substation plot at later stages for
installation of additional cables.
- Excavated material, excess to requirement shall be properly disposed of at an approved
tipping area. Dewatering, if required, shall be included. Filling and compaction shall be
performed with approved material only.
- Provision of Plumbing, ducting, Sewage, Water and Drainage system from building roof,
roads and any other contained areas shall be connected to the external Municipal
drainage network.
- Provision shall be made for septic tank, neutralizing pit, soak-away, if there is no
connection to nearby municipality network.
- Embedded electrical conduits, sleeves, bolts and steel elements
- Supply and install cable tray and cable support for power and control cables for
complete Switchgear including future if required
- Staircase, loading platform, etc. shall be provided as applicable
- Waterproofing of the building structure, water storage tanks, sump and drain pits, wet
areas and roof area including leak test for roof and water tanks
- Manholes, trap doors, grille, fire cabinets, associated covers, chequered plates, gratings
and its supporting systems.
- Sealing of all openings, joints, sleeves including fire stop seal.
- Air-conditioning and ventilation system for the complete installation, as applicable shall
be provided.
- Indoor and outdoor lighting and small power system for the substation complex shall be
provided.
- Lightning protection, earthing for power and communication systems shall be provided
for substation complex
- Fire detection, alarm and firefighting system as required for the substation complex shall
be included.
Substation Building
General conceptual layout is shown on the proposed substation layout drawings for guidance
only. All internal dimensions as indicated on the drawing are for reference only. The
Contractor is responsible for the final design and arrangement according to the proposed
equipment and requirements of this specification.
The walls shall be provided with cable transition facilities of adequate quantity to suit the
number of feeders plus 20% spare.
Each switchgear room shall be provided with fireproof steel door as well as personnel
entrance steel doors.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 394

Steel plates embedded in concrete shall be used for fixing the equipment to the floor.
Any areas of exposed concrete such as equipment foundations, apron slabs, pathways etc.
shall receive a protective coating of U-V resistant paint. Miscellaneous structural/ steel works
as required.
Power Transformer Area
The Contractor shall make all necessary arrangements including, but not limited to, the
provision of civil works required for transportation, access, loading and unloading, installing
heavy equipment in all the bays.
General conceptual layout is shown on the proposed substation layout drawings for guidance.
The dimensions as indicated on the drawing are for reference only. The Contractor is
responsible to properly design the layout according to the proposed equipment and
requirements of this specification.
The oil collecting pits shall be of adequate capacity to hold 120% of oil for each unit.
The transformer bays shall be of the “open to sky” type with security chain link fence or GI
mesh supported on a structural steel frame with lockable gates for substation.
The Contractor shall make provision for the catchment of oil spillage from the equipment
resulting from mechanical or electrical failure. Precautions shall be provided to prevent
pollution of ground water, irrigation ditches and other watercourses by leaking or ejected oil.
Equipment foundations shall be surrounded by a low watertight reinforced concrete wall
enclosing an area or pit in which the entire oil content of the equipment can be retained in the
event of a major leak.
Control Room Area
General conceptual layout is shown on the proposed substation layout drawings for guidance.
The internal dimensions as indicated on the drawing are preliminary and for reference. The
Contractor shall propose the most suitable layout arrangement according to the proposed
equipment and requirements of this specification.
Allocation of size and number of rooms as indicated on the drawing is tentative. The
Contractor shall propose a suitable arrangement to accommodate the proposed.
Cable Trench, Cable Shaft, Cable Riser, Cable Entry Ducts
The Contractor shall provide sufficient reinforced concrete cable trenches together with cable
racks and/or cable ducts. These trenches and ducts shall be sufficient in size and numbers to
accommodate all cables, including spare capacity.
Covers shall be provided with protective galvanized steel angles/channels. They shall be
easily removed and designed to withstand the maximum loadings likely to occur relative to
their location.
The Contractor shall provide reinforced concrete duct banks, sufficient in size and numbers
to accommodate required cables, including spares. Duct bank and cable trench shall include

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 395

waterproofing and proper sealing. Ends of ducts and cable trench are to be extended one
meter beyond the plot boundary (as applicable) and to be provided with removable caps.
Location of duct banks, orientation, slopes for ducts, if any, shall be subject to EDSA
approval. Contractor shall provide steel access platforms in all service shafts.
Pull pits of suitable size, located at the ends of duct banks shall be provided as deemed
necessary, and shall be subject to EDSA approval.
Adequate sumps and means of drainage shall be incorporated into the trench system.
Trenches shall be subject to EDSA approval.
- Required cable trenches shall be of concrete and provided with proper trays, ladders,
cleats etc., suitable removable trench covers, as necessary.
- Cable shaft, gallery, cable riser, cable entry ducts etc. shall be provided as per the site
requirement with minimum 20% spare quantity.
HVAC System
Air conditioning equipment shall be provided as specified in Price Schedules. The position of
the equipment shall be proposed by Contractor subject to EDSA approval.
Internal Roads & Pavements & Access Roads
Construction of internal roads within the plot area made of heavy-duty interlocking tiles, as
shown on proposed substation layout drawings.
Construction of pavements made of interlocking tiles, around the buildings and structures.
Site leveling and installation of single sized layer of gravel for the internal area inside plot
boundary are included in Contractor’s Scope. Gravel layer shall be smoothly leveled to reach
the kerb stone level.
Road Surface and substation plot area drainage shall include soak away ditches or discharge
to network storm water system etc. It also includes Construction of vehicular access to the
main substation equipment rooms and external access ramps.
Design and installation of cross carriageway duct banks/pipe crossings.
Construction of external access roads required for connection of substation to the main road,
as indicated in Price Schedules. The width of the external access roads shall be 10m or more
as per needs of Transportation.
Perimeter Fencing
Substations perimeter fence shall be constructed as solid block wall with steel barbed or
blade wire as shown on proposed substation layout drawings. The dimensions indicated on
the drawing are preliminary and for reference only. The height of substation perimeter fence
shall be at list 3.5m from the finished ground level.
Security/Guard House

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 396

Security/Guard house shall be constructed as solid block wall building as shown on proposed
substation layout drawings. The dimensions indicated on the drawing are preliminary and for
reference only.
Dismantling & Demolition Works
Existing facilities within substation perimeter (if any) shall be dismantled and demolished by
the Contractor. Whenever dismantling of equipment is carried out, the materials, which
become excess / redundant, are not to be returned to EDSA. While returning the materials to
EDSA stores, these materials shall be neatly bundled /packed, and along with detailed
packing list, these materials are to be handed over to EDSA stores. In such cases the expenses
for handing over the materials to EDSA Stores is deemed to be included in various rates
included in the Contract Price. In any case mentioned above, the materials shall be cleared
from site as early as possible. The area shall be back-filled with general fill as applicable. The
site of demolished building shall be in clean condition.
B.13 Site Training of EDSA Personnel
During execution of the contract, the Contractor shall provide training to O&M personnel
appointed by EDSA for their plant, as may be necessary.
Operation and maintenance training shall be imparted at site to the staff as nominated by the
EDSA.
The training shall familiarize the staff of the EDSA in operation, maintenance, fault finding
and restoration techniques for all equipment to enable them to attend to the same after the
works have been handed over.
The Contractor shall provide all instruction materials required, such as manuals, booklets,
drawings, etc. which shall become property of EDSA.
Training, the content of which shall be subject to approval by the EDSA during the execution
stage, shall be provided for the following (for one-week duration for up to five engineers per
item):
- 161/33kV Outdoor switching equipment (CB, switches, etc.)
- 161/33kV Transformer
- 33/11kV Transformers
- Transformers Paralleling
- 33/11kV Indoor switchgear
- 33/11kV Cables/Terminations
- Protection
- Telecommunication
- DC System
- Fire Protection and Detection Systems
If the Contractor considers that the nature and/or quantity of equipment requires another
training duration than stated above, he shall propose a relevant time schedule including
breakdown of topics and points to be covered, each associated with the suggested duration.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 397

Lot 2 - Detailed Scope of Works


33kV Sub transmission line works shall include, but not limited to design, manufacture,
supply, testing and inspection at manufacturer's works, insurance, packing for export
shipment, delivery to site, unloading, survey and profile plotting of support positions,
pegging out, clearing, provision of access roads where necessary, soil investigation,
foundations, complete erection, setting to work, finishing, testing and commissioning, etc.
The Scope of Works include the following 33kV Sub transmission lines:
New 33kV line from Freetown 161 S/S to 33/11kV Aberdeen S/S
The line shall be in general constructed as single circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on poles. Partially where site conditions dictate line will
be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu underground cable and
32 fiber optic cable. The approximate route length is 7 km.
New 33kV line from Freetown 161 S/S to 33/11kV Falconbridge S/S
The line shall be in general constructed as double circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on double circuit poles. Partially where site conditions
dictate line will be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu
underground cable and 32 fiber optic cable. The approximate route length is 2.5 km.
New 33kV line from 33/11kV Falconbridge S/S to 33/11kV Cline Town Substation
The line shall be in general constructed as double circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on poles. Partially where site conditions dictate line will
be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu underground cable and
32 fiber optic cable. The approximate route length is 3 km.
New 33kV line from 33/11kV Cline Town S/S to 33/11kV Blackhall Road S/S
The line shall be in general constructed as double circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on poles. Partially where site conditions dictate line will
be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu underground cable and
32 fiber optic cable. The approximate route length is 1.2 km.
New 33kV line from 33/11kV Jui S/S to 33/11kV Regent S/S
The line shall be in general constructed as single circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on double circuit poles. Partially where site conditions
dictate line will be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu
underground cable and 32 fiber optic cable. The approximate route length is 13.5 km.
New 33kV line from 33/11kV Wellington S/S to 33/11kV Jui S/S
The line shall be in general constructed as double circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on steel lattice towers. Partially where site conditions
dictate line will be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu
underground cable and 32 fiber optic cable. The approximate route length is 6.5 km.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 398

New 33kV line from 33/11kV Jui S/S to 33/11kV Waterloo S/S
The line shall be in general constructed as double circuit 265mm2 AAC conductor and 32
fiber OPGW (optical ground wire) on steel lattice towers. Partially where site conditions
dictate line will be constructed with 300mm2 33kV, single core XLPE/SWA/PVC Cu
underground cable and 32 fiber optic cable. The approximate route length is 16.5 km.
Second circuit of 33kV line from 33/11kV Blackhall Road S/S to 33/11kV Wellington
S/S
Stringing of second circuit of 33kV line with 265mm2 AAC conductor and 32 fiber OPGW
(optical ground wire) on existing slim steel lattice towers. The approximate route length is
8.5 km.
Upgrade of existing 33kV lines between Freetown 161, Blackhall Road and Wilberforce
Substations
The works involve the upgrade of an existing network of double circuit 2x (3(1x150mm 2
ACSR)) Lattice tower lines to Double Circuit 2x (3(1x265mm2 AAC)). The Contractor shall
be required to do analysis/assessment of the strength of the existing towers to carry the
double circuit 265 AAC. For this, the design and/or drawings of the existing towers will be
provided by EDSA to the successful Bidder. If it is determined that the strength is
inadequate, then a re-design of the tower would have to be carried out by Contractor to
determine which and how new members would be introduced to reinforce towers. The
Contractor shall be required to examine strength and adequacy of existing foundations. If it is
determined that existing foundations can withstand increased load the Contractor shall be
required to reinforce the existing towers to ensure their capability to carry the heavier
conductors. However, if it is determined that existing foundations cannot withstand increased
load, than it wouldn’t be possible to upgrade existing 33kV lines.
The scope of work shall include but not limited to the following:

工程范围包括以下 33kV 次级输电线路: 弗里敦 161 变电站至阿伯丁变电站


33/11 千伏的新 33 千伏线路 一般情况下,线路应采用单回路 265 平方毫米
AAC 导线和 32 芯光纤 OPGW(光纤地线)架设在电线杆上。根据现场条件,部分线
路将采用 300 平方米的 33 千伏单芯 XLPE/SWA/PVC 铜地下电缆和 32 根光纤电缆。近
似路线长度为 7 公里。 弗里敦 161 变电站至 33/11kV Falconbridge 变电站的 33
千伏新线路 线路一般应采用双回路 265 平方毫米 AAC 导线和双回路杆上的 32
光纤 OPGW(光纤地线)结构。根据现场条件,部分线路将采用 300 平方米的 33 千
伏单芯 XLPE/SWA/PVC 铜地下电缆和 32 根光纤电缆。近似路线长度为 2.5 公里。
33/11kV Falconbridge 变电站至 33/11kV Cline 镇变电站的新 33kV 线路 一般情
况下,线路应采用双回路 265 平方毫米 AAC 导线和 32 芯光纤 OPGW(光纤地线)在
电 线 杆 上 。 根 据 现 场 条 件 , 部 分 线 路 将 采 用 300 平 方 米 的 33 千 伏 单 芯
XLPE/SWA/PVC 铜地下电缆和 32 根光纤电缆。近似路线长度为 3 公里。 从
33/11kV Cline Town S/S 到 33/11kV Blackhall Road S/S 的新 33kV 线路 一般情况

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 399

下,线路应采用双回路 265 平方毫米 AAC 导线和 32 芯光纤 OPGW(光纤地线)在电


线杆上。根据现场条件,部分线路将采用 300 平方米的 33 千伏单芯 XLPE/SWA/PVC
铜地下电缆和 32 根光纤电缆。近似路线长度为 1.2 公里。 33/11kV Jui S/S 至
33/11kV Regent S/S 的新 33kV 线路 线路一般应为单回路 265 平方毫米 AAC 导
线和双回路杆上的 32 光纤 OPGW(光纤地线)。根据现场条件,部分线路将采用 300
平方米的 33 千伏单芯 XLPE/SWA/PVC 铜地下电缆和 32 根光纤电缆。近似路线长度
为 13.5 公里。 33/11kV 惠灵顿变电站至 33/11kV Jui 变电站的新 33kV 线路
一般情况下,该线路应采用双回路 265 平方毫米 AAC 导线和 32 芯光纤 OPGW(光纤
地线)在钢格塔架上建造。根据现场条件,部分线路将采用 300 平方米的 33 千伏单芯
XLPE/SWA/PVC 铜 地 下 电 缆 和 32 根 光 纤 电 缆 。 近 似 路 线 长 度 为 6.5 公 里 。
33/11kV Jui S/S 至 33/11kV 滑铁卢 S/S 的新 33kV 线路 一般情况下,该线路应
采用双回路 265 平方毫米 AAC 导线和 32 芯光纤 OPGW(光纤地线)在钢格塔架上建
造。根据现场条件,部分线路将采用 300 平方米的 33 千伏单芯 XLPE/SWA/PVC 铜地
下电缆和 32 根光纤电缆。近似路线长度为 16.5 公里。 33/11kV 布莱克霍尔路
S/S 至 33/11kV 惠灵顿 S/S 的 33kV 线路第二回 在现有的细长钢格构塔上,采用
265MM2 AAC 导体和 32 光纤 OPGW(光学地线)对第二 kV 线路的第二线路进行架
线。近似路线长度为 8.5 公里。 弗里敦 161、黑霍尔路和 Wilberforce
Substations 现有 33 kV 线路改造 该工程涉及升级现有的双回路 2X(3(1x150
平方毫米 ACSR))格子塔线路到双回路 2X(3(1x265MM2AAC))的网络。承包
商应被要求对现有塔的强度进行分析/评估,以承载双回路 265 AAC。为此,现有的塔
的设计和/或图纸将由 EDSA 提供给中标人。如果确定强度不足,则承包商必须对塔架
进行重新设计,以确定将引入哪些新构件以及如何引入新构件来加固塔架。承包商应
检查现有地基的强度和足够性。如果确定现有的地基能够承受增加的荷载,承包商就
需要加固现有的塔架,以确保其承载较重导线的能力。然而,如果确定现有基础不能
承受增加的负荷,那么就不能升级现有的 33 千伏线路。 工程范围应包括但不
限于以下内容:

A. Preliminary Works
A.1 Site Establishment
Provision of site establishment and execution of all temporary works, such as: Contractor's
and Owner/Engineer's temporary facilities, temporary services, site access roads, temporary
site fencing, signboards, etc. as per Standard Specification.
A.1.1 Line Route Survey
The scope of work shall include final route survey, collection of information about the
existing services (cables, pipes, ducts, etc.), profile survey, tower spotting etc.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 400

The detailed route maps shall be prepared by the Contractor in the required quantity and are
to be submitted for EDSA approval prior to submission to the Town Planning department and
other relevant authorities for their approval.
Before the construction stage, route maps shall be amended to display line access provisions.
A.1.2 Soil Investigation
The Contractor shall investigate the soil conditions at site prior to collect the necessary
information for the design of the transmission line foundations. Soil investigations are to be
performed as per approved standards, and shall provide sufficient information on the subsoil
conditions including all necessary tests and reports.
All necessary trenches, trial pits, tests, reports, etc to confirm the underground services
clearances are deemed to be included in Scope of Work.
A.1.3 Access Roads
The Scope of Work includes the provision and maintenance of access road to the
transmission line routes and the tower locations as required for erection work and EDSA
supervision.
All access roads to be prepared by the contractor and submitted, prior to construction, for
EDSA approval.
Access roads should be well maintained for the whole duration of the Contract.
Access roads along the line route shall be routed at a maximum distance of 10 m between the
edge of road and the tower legs. Sufficient working area surrounding the tower and the access
road shall be cleared for installation purposes.

B. Foundations
Design and execution of civil works shall be in line with the requirements of relevant British
Standards.
Before any work is commenced, the Contractor shall submit to EDSA for approval, full
details of the foundation design with all relevant dimensions, lengths, design, ultimate loads,
method of construction, ground conditions, full details of the method of carrying out the work
which he intends to use.
Contractor shall prepare, submit and obtain approval on the Design Criteria to be followed
during the course of the design.
All necessary formwork, concrete, reinforcement, permanent casing, earthing, corrosion
protection, etc. are deemed included in Scope of Work.

C. Towers/Poles
The scope of work shall include, but not limited to manufacturing, supply, testing and
inspection at manufacturer's works, insurance, packing for export shipment, delivery to site,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 401

unloading, survey and profile plotting of support positions, pegging out, clearing, provision,
complete erection, setting to work, finishing, testing and commissioning, etc.
The towers/poles shall contain all required accessories such as identification plates, earth
clamping bolts, basic grounding, site services, tests, corrosion protection of stub angles,
painting, anti-climbing device, step bolts, etc. as follows:

A、 前期工作 A、 1 场地建设 根据标准规范提供现场设施和所有临时


工程的实施,例如:承包商和业主/工程师的临时设施、临时服务、现场通道、临时现
场围栏、标志牌等。 A、 1.1 线路勘测 工作范围包括最终线路勘测、现
有服务信息的收集(电缆、管道、管道等)、剖面测量、杆塔定位等。 详细路
线图应由承包商按照要求的数量编制,并在提交给城市规划部门和其他相关部门批准
之前提交给 EDSA 批准。 在施工阶段之前,应对路线图进行修改,以显示线
路接入规定。 A、 1.2 土壤调查 在收集输电线路基础设计的必要信息之
前,承包商应在现场调查土壤条件。土壤调查应按照批准的标准进行,并应提供有关
底土条件的充分信息,包括所有必要的试验和报告。 所有必要的沟渠、探坑、
试验、报告等,以确认地下设施的净空,均视为包含在工程范围内。 A、 1.3
进场道路 工程范围包括提供和维护架设工程和 EDSA 监督所需的输电线路和
塔架位置的通路。 所有进场道路由承包商准备,并在施工前提交 EDSA 批准。
在整个合同期内,应妥善维护进场道路。 沿线路路线的进路应在道路边缘与塔
腿之间最大距离为 10 米。为便于安装,应清理塔架和通路周围足够的工作区域。
B、 基础 土建工程的设计和施工应符合相关英国标准的要求。 在开始
任何工作之前,承包商应向 EDSA 提交批准,详细说明基础设计的所有相关尺寸、长
度、设计、极限荷载、施工方法、地面条件以及他打算使用的工作方法的全部细节。
承包商应准备、提交并获得设计过程中应遵循的设计标准的批准。 所有必要的
模板、混凝土、钢筋、永久套管、接地、防腐等均视为包含在工程范围内。 C、
塔/杆 工程范围应包括但不限于制造商工厂的制造、供应、测试和检验、保险、
出口装运包装、交付至现场、卸载、测量和绘制支撑位置剖面图、定位、清理、提供、
完整安装、安装、修整、测试和试运行,等。 塔架/电杆应包含所有必需的附
件,如标识牌、接地夹紧螺栓、基本接地、现场服务、试验、短角钢防腐、油漆、防
爬装置、阶梯螺栓等,如下所示:

- Suspension Tower type SS, (0 - 3o, Dwg. No. ESURP-AF-TOW-33-DC-SS),


- Angle Tension Tower type ST1, (3o – 30o, Dwg. No. SURP-AF-TOW-3-3DC-ST)
- Angle Tension Tower type ST2, (30o – 60o, Dwg. No. SURP-AF-TOW-3-3DC-ST)
- Dead-end (Terminal) Tower type DE (60o – 90o)
- Intermediate Pole Single Circuit Structure (0 - 5°, Dwg No. ESURP-AF-POLE-33-SC-
INT)
- Intermediate Pole Double Circuit Structure (0 - 5°, Dwg No. ESURP-AF-POLE-33-DC-
INT)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 402

- Light Angle/Section Pole Single Circuit Structure (5o – 20o, Dwg No. ESURP-AF-POLE-
33-SC-AS)
- Tension/Light Angle Pole Double Circuit Structure (5o - 20o, Dwg. No. ESURP-AF-
POLE-33-DC-TA)
- Medium Angle/Section Pole Single Circuit Structure (20o – 60o, Dwg No. ESURP-AF-
POLE-33-SC-AS)
- Tension/Medium Angle Pole Double Circuit Structure (20o - 60o, Dwg. No. ESURP-AF-
POLE-33-DC-TA)
- Large Angle/Section Pole Single Circuit Structure (60o – 90o, Dwg No. ESURP-AF-
POLE-33-SC-AS)
- Tension/Large Angle Pole Double Circuit Structure (60o - 60o, Dwg. No. ESURP-AF-
POLE-33-DC-TA)
- Terminal Pole Single Circuit Structure (Dwg. No. ESURP-AF-POLE-33-SC-TE)
C.1 Extension of Tower Height
According to the project requirement and upon EDSA approval, height extension per running
meter of the tower shall be performed as follows:
- 3m extension of Suspension Tower type SS,
- 3m extension of Angle Tension Tower type ST1,
- 3m extension of Angle Tension Tower type ST2,
- 3m extension of Dead-end (Terminal) Tower type DE
- 6m extension of Suspension Tower type SS,
- 6m extension of Angle Tension Tower type ST1,
- 6m extension of Angle Tension Tower type ST2,
- 6m extension of Dead-end (Terminal) Tower type DE
C.2 Full Scale Tower/Pole Tests
Full-scale tower/pole load tests of assembled galvanized towers/poles shall be carried out for
each type of towers as follows:
- Suspension Tower type SS,
- Angle Tension Tower type ST1,
- Angle Tension Tower type ST2,
- Dead-end (Terminal) Tower type DE
- Intermediate Pole Single Circuit
- Intermediate Pole Double Circuit Structure
- Angle/Section Pole Signe Circuit Structure
- Tension/Angle Pole Double Circuit Structure
- Terminal pole Single Circuit Structure
C、 2 个全尺寸塔/杆测试 对于每种类型的塔,应进行组装镀锌塔/杆的足尺塔/
杆荷载试验,如下所示: -SS 型悬挂塔, -ST1 型角张力塔, -
ST2 型角张力塔, -DE 型终端塔 -中间极单回路 -中间极双回路

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 403

结构 -角/截面极信号电路结构 -张力/转角杆双回路结构 -终端极


单回路结构

D. Post, Suspension, Tension Insulator Sets and Conductor/


Optical Fiber Ground Wire (OPGW) fittings
The scope of work shall include detailed design, manufacturing, supply, testing at
manufacturer's works, insurance, packing for export shipment, delivery to site, unloading,
complete erection, setting to work, finishing, testing and commissioning, etc. for the
following:
Insulator sets shall be complete with all fittings, clamps and arcing horns as follows:
- Polymeric post insulator set,
- Polymeric suspension insulator set,
- Polymeric tension insulator set
Fittings for optical fiber ground wire (OPGW) shall include the following:
- Suspension assemblies,
- Tension assemblies,
- Downlead clamps and joint boxes

E. Conductors, Optical Fiber Ground Wire (OPGW) and


Accessories
The scope of work shall include detailed design, manufacturing, supply, testing at
manufacturer's works, insurance, packing for export shipment, delivery to site, unloading,
complete erection, stringing, sagging, finishing, testing and commissioning, etc., for the
following:
E.1 265mm2, AAC Conductor
- AAC conductor, single-core 265mm², one conductor per phase, complete with all
necessary jumper loops, compressed joints for two circuits along the horizontal line route
length,
- Asymmetric vibration dampers for 265mm², AAC conductor,
- 33kV surge arresters complete with insulated base, surge counter, leakage counter, end
connectors, earth connections and all accessories.
-AAC 导线,单芯 265mm 2,每相一根导线,配有所有必要的跨接回路,沿水平线路
长度的两个回路的压缩接头, -265mm 2 不对称减震器,AAC 导线, -
33kV 电涌放电器,配有绝缘底座、电涌计数器、漏电计数器、端部连接器、接地连接
和所有附件。
E.2 Optical fiber ground wire (OPGW)
- One Optical fiber ground wire (OPGW with 32-fibres) complete with downleads for the
horizontal line route length,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 404

- Stockbridge dampers for OPGW

F. Miscellaneous Works
F.1 Additional works
According to the project requirement and upon EDSA approval, additional works may be
performed, such as:
- Reinforced concrete as instructed by EDSA
- Painting of towers/poles for corrosion protection with topcoat executed in red and white
bands for aircraft warning purpose
- Additional deep bore earthing rods for selected towers/poles
- Additional earthing/grounding gridding rings around the tower legs/poles for selected
tower/pole locations.
- Aircraft warning spheres
、 1 附加工程 根据项目要求,经 EDSA 批准,可开展额外工作,例如:
-EDSA 指示的钢筋混凝土 -飞机警告用红白相间面漆涂防腐塔/杆 -选定
塔/杆的附加深孔接地棒 -选定塔/杆位置的塔腿/杆周围的附加接地/接地网格环。
F.2 Protection of tower/pole locations
Foundation Stabilization Layer
Upon EDSA instruction and at selected locations where earth moving (e.g. landslides,
erosion, etc.) is likely to occur; tower/pole foundations and leg structures shall be protected
by means of backfilling and layers of stabilizing material/soil to prevent erosion.
Stabilizing material (e.g. gatch or other approved material) has to be laid and compacted to a
thickness of not less than 150 mm. The protected area should reach at least 3.0 m beyond the
edge of the foundations and as per EDSA approval.
Foundation Platforms and Stone Pitching
In low lying areas, the construction of foundation platforms (fill) may become necessary to
raise the foundations sufficiently above the existing ground. Such platforms shall be
constructed entirely from approved materials compacted to min. 500 mm thickness.
Platforms shall at least extend 3.0 m beyond the foundation edge. Platform sides shall be
compacted to the min. slope of 1:2 and protected by stone pitching set in a cement/sand
mortar. The platform is to be provided with continuous toe beams of approved cross section
to support the stone pitching.

F、 2 塔/杆位置的保护 地基稳定层 根据 EDSA 指令,在可能发生土方


运动的地方(例如滑坡、侵蚀等);塔/杆基础和支腿结构应通过回填和稳定材料/土壤
层来防止侵蚀。 稳定材料(如 gatch 或其他经批准的材料)必须铺设并压实至
不小于 150 mm 的厚度。保护区应达到至少 3 米以外的基础和 EDSA 批准的边缘。
基础平台和砌石护坡 在低洼地区,基础平台(填土)的施工可能是必要的,以

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 405

使地基充分地高于现有地基。此类平台应完全由经批准的材料制成,并压实至最小
500 mm 厚。平台至少应延伸超过基础边缘 3 米。平台侧面应压实至 1:2 的最小坡度,
并用水泥/砂浆中的砌石护坡进行保护。平台应配备批准横截面的连续趾梁,以支撑砌
石护坡。
F.3 Signboards for Road Crossings
The scope of work shall include design, supply, delivery and erection of signboards for road
crossings according the instructions of EDSA.

G. Underground Cables Work


The scope of work includes for supply, installation, testing and commissioning of
3x(1Cx300mm2) 33kV, XLPE/SWA/PVC Cu cables and underground fiber optic cables (32
fibers) complete with the necessary accessories for underground portions of the 33kVsub-
transmission lines.
One fiber optic cable (32 fibers) shall be laid along the route of the 33kV cables and shall be
connected to the OPGW from the respective towers/poles.
Cables Supply
- 1Cx300mm2 33kV, XLPE/SWA/PVC Cu cables
- Fiber Optic Cables (32 fibers)
Cables Installation
- 3x(1Cx300mm2) 33kV, XLPE/SWA/PVC Cu cables and one fiber optic cable (32 fibers)
shall be laid in a common trench, including excavation, laying and covering of cables,
laying of concrete tiles and warning tapes, complete backfilling, reinstatement and setting
of route and joint bay,
- Dewatering of the trench (as required),
- Trench excavation in green area and reinstatement (as required) as per local authorities’
requirement,
- Removal and reinstatement of interlocking tiles (as required) as per local authorities’
requirement,
- The scope of work shall include any additional depth of the cable trench (as required),
- The scope of work shall include any necessary removal and reinstatement of asphalt,
curbstone, tiles, etc. (as required) as per local authorities’ requirement,
- Construction of six-way road crossing ducts and reinstatement (as required) as per local
authorities’ requirement,
- Construction three-way road crossing ducts (as required) by directional drilling as per
local authorities’ requirement,
- Establishment of temporary gatch road (as required) for access of erection equipment and
vehicles for cable installation
Cable Accessories

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 406

Supply and installation of all required cable racks, pipes, supporting structures, clamps,
cable’s sealing ends / terminations, ferrules and auxiliary equipment necessary for proper
installation, connection and operation of all cables, to the satisfaction of the EDDSA as
follows:
- Supply and installation of cable terminations for 3x(1Cx300mm2) 33kV,
XLPE/SWA/PVC Cu
- Supply and installation of termination boxes for fiber optic cables at 33/11kV Substations
and terminal towers/poles,
- Supply and installation of PVC pipes 106mm/ 100mm diameters, for fiber optic cables as
required

H. Site Training of EDSA Personnel


During execution of the contract, the Contractor shall provide training to O&M personnel
appointed by EDSA for their plant, as may be necessary.
Operation and maintenance training shall be imparted at site to the staff as nominated by the
EDSA.
The training shall familiarize the staff of the EDSA in operation, maintenance, fault finding
and restoration techniques for all equipment to enable them to attend to the same after the
works have been handed over.
The Contractor shall provide all instruction materials required, such as manuals, booklets,
drawings, etc., which shall become property of EDSA.
Training, the content of which shall be subject to approval by the EDSA during the execution
stage, shall be provided for the following (for one-week duration for up to five engineers per
item):
- 33kV towers/poles erection and assembly
- Conductor and OPGW stringing, jointing and sagging
- OPGW termination/jointing
- 33kV Cables / Terminations.
If the Contractor considers that the nature and/or quantity of equipment requires another
training duration than stated above, he shall propose a relevant time schedule including
breakdown of topics and points to be covered, each associated with the suggested duration.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 407

Specification

The technical specifications and drawings are available in the following Annexure and can be
found in Volume II of the bidding document. The lists of Technical specifications and
drawings in each Annexure are given in this section.

Annexure No Particulars
Annexure -1 Technical Specifications
Annexure -2 Drawings

Annexure -1: The List of Technical Specifications attached are listed below
Sl. No. SECTIONS PARTICULARS
1. SECTION-1 GENERAL TECHNICAL SPECIFICATIONS
2. SECTION-2 TECHNICAL SPECIFICATIONS FOR SUBSTATIONS
ELECTROMECHANICAL WORKS – LOT 1
3. SECTION-3 TECHNICAL SPECIFICATIONS FOR OVERHEAD LINES
WORKS – LOT 2

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 408

Forms and Procedures

Form of Completion Certificate


Date:
Loan/Credit No:
RFB No:

______________________________

To: _________________________________

Dear Ladies and/or Gentlemen,


Pursuant to GCC Clause 24 (Completion of the Facilities) of the General Conditions of the
Contract entered into between yourselves and the Employer dated _____________, relating to
the ____________________, we hereby notify you that the following part(s) of the Facilities was
(were) complete on the date specified below, and that, in accordance with the terms of the
Contract, the Employer hereby takes over the said part(s) of the Facilities, together with the
responsibility for care and custody and the risk of loss thereof on the date mentioned below.

1. Description of the Facilities or part thereof: ______________________________

2. Date of Completion: __________________

However, you are required to complete the outstanding items listed in the attachment hereto
as soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 409

Title
(Project Manager)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 410

Form of Operational Acceptance Certificate

Date:
Loan/Credit No:
RFB No:

_________________________________________

To: ________________________________________

Dear Ladies and/or Gentlemen,

Pursuant to GCC Sub-Clause 25.3 (Operational Acceptance) of the General Conditions of the
Contract entered into between yourselves and the Employer dated _______________, relating to
the ___________________________________, we hereby notify you that the Functional
Guarantees of the following part(s) of the Facilities were satisfactorily attained on the date
specified below.

1. Description of the Facilities or part thereof: _______________________________


2. Date of Operational Acceptance: _______________________
This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defect Liability Period.

Very truly yours,

Title
(Project Manager)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 411

Change Order Procedure and Forms


Date:
Loan/Credit No:
RFB No:

CONTENTS

1. General
2. Change Order Log
3. References for Changes

ANNEXES

Annex 1 Request for Change Proposal


Annex 2 Estimate for Change Proposal
Annex 3 Acceptance of Estimate
Annex 4 Change Proposal
Annex 5 Change Order
Annex 6 Pending Agreement Change Order
Annex 7 Application for Change Proposal

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 412

Change Order Procedure


1. General
This section provides samples of procedures and forms for implementing changes in the
Facilities during the performance of the Contract in accordance with GCC Clause 39
(Change in the Facilities) of the General Conditions.
2. Change Order Log
The Contractor shall keep an up-to-date Change Order Log to show the current status of
Requests for Change and Changes authorized or pending, as Annex 8. Entries of the
Changes in the Change Order Log shall be made to ensure that the log is up-to-date.
The Contractor shall attach a copy of the current Change Order Log in the monthly
progress report to be submitted to the Employer.
3. References for Changes
(1) Request for Change as referred to in GCC Clause 39 shall be serially numbered
CR-X-nnn.
(2) Estimate for Change Proposal as referred to in GCC Clause 39 shall be serially
numbered CN-X-nnn.
(3) Acceptance of Estimate as referred to in GCC Clause 39 shall be serially
numbered CA-X-nnn.
(4) Change Proposal as referred to in GCC Clause 39 shall be serially numbered CP-
X-nnn.
(5) Change Order as referred to in GCC Clause 39 shall be serially numbered CO-X-
nnn.
Note: (a) Requests for Change issued from the Employer’s Home Office and the
Site representatives of the Employer shall have the following respective
references:

Home Office CR-H-nnn


Site CR-S-nnn

(b) The above number “nnn” is the same for Request for Change, Estimate for
Change Proposal, Acceptance of Estimate, Change Proposal and Change
Order.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 413

Annex 1. Request for Change Proposal


(Employer’s Letterhead)

To: ____________________________________ Date:

Attention: ______________________________________

Contract Name: _________________________________


Contract Number: _______________________________

Dear Ladies and/or Gentlemen:

With reference to the captioned Contract, you are requested to prepare and submit a Change
Proposal for the Change noted below in accordance with the following instructions within
_______________ days of the date of this letter____________________.

1. Title of Change: ________________________


2. Change Request No. __________________
3. Originator of Change: Employer: _______________________________
Contractor (by Application for Change Proposal No. _______15:
4. Brief Description of Change: _________________________________________________
5. Facilities and/or Item No. of equipment related to the requested Change: _____________
6. Reference drawings and/or technical documents for the request of Change:
Drawing No./Document No. Description

7. Detailed conditions or special requirements on the requested Change: ________________


8. General Terms and Conditions:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 414

(a) Please submit your estimate to us showing what effect the requested Change will
have on the Contract Price.
(b) Your estimate shall include your claim for the additional time, if any, for
completion of the requested Change.
(c) If you have any opinion negative to the adoption of the requested Change in
connection with the conformability to the other provisions of the Contract or the
safety of the Plant or Facilities, please inform us of your opinion in your proposal
of revised provisions.
(d) Any increase or decrease in the work of the Contractor relating to the services of
its personnel shall be calculated.
(e) You shall not proceed with the execution of the work for the requested Change
until we have accepted and confirmed the amount and nature in writing.

(Employer’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 415

Annex 2. Estimate for Change Proposal


(Contractor’s Letterhead)

To: ______________________________ Date:

Attention: _______________________________

Contract Name: _______________________________


Contract Number: _____________________________

Dear Ladies and/or Gentlemen:


With reference to your Request for Change Proposal, we are pleased to notify you of the
approximate cost of preparing the below-referenced Change Proposal in accordance with
GCC Sub-Clause 39.2.1 of the General Conditions. We acknowledge that your agreement to
the cost of preparing the Change Proposal, in accordance with GCC Sub-Clause 39.2.2, is
required before estimating the cost for change work.
1. Title of Change: ________________________
2. Change Request No./Rev.: ____________________________
3. Brief Description of Change: __________________________
4. Scheduled Impact of Change: ___________________________
5. Cost for Preparation of Change Proposal: _______________16
(a) Engineering (Amount)
(i) Engineer hrs x rate/hr =
(ii) Draftsperson hrs x rate/hr =
Sub-total hrs
Total Engineering Cost
(b) Other Cost

16
Costs shall be in the currencies of the Contract.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 416

Total Cost (a) + (b)

(Contractor’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 417

Annex 3. Acceptance of Estimate

(Employer’s Letterhead)

To: ______________________________ Date:

Attention: ________________________________

Contract Name: _____________________________


Contract Number: ___________________________

Dear Ladies and/or Gentlemen:

We hereby accept your Estimate for Change Proposal and agree that you should proceed with
the preparation of the Change Proposal.

1. Title of Change: ___________________________

2. Change Request No./Rev.: _______________________________

3. Estimate for Change Proposal No./Rev.: _______________________________

4. Acceptance of Estimate No./Rev.: _______________________________

5. Brief Description of Change: _______________________________

6. Other Terms and Conditions: In the event that we decide not to order the Change
accepted, you shall be entitled to compensation for the cost of preparation of Change
Proposal described in your Estimate for Change Proposal mentioned in para. 3 above in
accordance with GCC Clause 39 of the General Conditions.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 418

(Employer’s Name)

(Signature)

(Name and Title of signatory)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 419

Annex 4. Change Proposal


(Contractor’s Letterhead)

To: _______________________________ Date:

Attention: _______________________________

Contract Name: _______________________________


Contract Number: _______________________________

Dear Ladies and/or Gentlemen:

In response to your Request for Change Proposal No. _______________________________, we


hereby submit our proposal as follows:
1. Title of Change: _______________________________
2. Change Proposal No./Rev.: _______________________________
3. Originator of Change: Employer: [_______________________________
Contractor: _______________________________
4. Brief Description of Change: _______________________________
5. Reasons for Change: _______________________________
6. Facilities and/or Item No. of Equipment related to the requested Change:
_______________________________

7. Reference drawings and/or technical documents for the requested Change:


Drawing/Document No. Description

8. Estimate of increase/decrease to the Contract Price resulting from Change Proposal:17


(Amount)

17
Costs shall be in the currencies of the Contract.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 420

(a) Direct material


(b) Major construction equipment
(c) Direct field labor (Total hrs)
(d) Subcontracts
(e) Indirect material and labor
(f) Site supervision
(g) Head office technical staff salaries
Process engineer hrs @ rate/hr
Project engineer hrs @ rate/hr
Equipment engineer hrs @ rate/hr
Procurement hrs @ rate/hr
Draftsperson hrs @ rate/hr
Total hrs

(h) Extraordinary costs (computer, travel, etc.)


(i) Fee for general administration, % of Items
(j) Taxes and customs duties
Total lump sum cost of Change Proposal
(Sum of items (a) to (j))

Cost to prepare Estimate for Change Proposal


(Amount payable if Change is not accepted)

9. Additional time for Completion required due to Change Proposal


10. Effect on the Functional Guarantees
11. Effect on the other terms and conditions of the Contract
12. Validity of this Proposal: within [Number] days after receipt of this Proposal by the
Employer

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 421

13. Other terms and conditions of this Change Proposal:


(a) You are requested to notify us of your acceptance, comments or rejection of this
detailed Change Proposal within ______________ days from your receipt of this
Proposal.
(b) The amount of any increase and/or decrease shall be taken into account in the
adjustment of the Contract Price.
(c) Contractor’s cost for preparation of this Change Proposal:2

(Contractor’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

2
Specify where necessary.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 422

Annex 5. Change Order


(Employer’s Letterhead)

To: _______________________________ Date:

Attention: _______________________________

Contract Name: _______________________________


Contract Number: _______________________________

Dear Ladies and/or Gentlemen:


We approve the Change Order for the work specified in the Change Proposal (No. _______),
and agree to adjust the Contract Price, Time for Completion and/or other conditions of the
Contract in accordance with GCC Clause 39 of the General Conditions.
1. Title of Change: _______________________________
2. Change Request No./Rev.: _______________________________
3. Change Order No./Rev.: _______________________________
4. Originator of Change: Employer: _______________________________
Contractor: _______________________________
5. Authorized Price:
Ref. No.: _______________________________ Date: __________________________
Foreign currency portion __________ plus Local currency portion __________
6. Adjustment of Time for Completion
None Increase _________ days Decrease _________ days
7. Other effects, if any

Authorized by: Date:


(Employer)

Accepted by: Date:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 423

(Contractor)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 424

Annex 6. Pending Agreement Change Order


(Employer’s Letterhead)

To: _______________________________ Date:

Attention: _______________________________

Contract Name: _______________________________

Contract Number: [_______________________________

Dear Ladies and/or Gentlemen:

We instruct you to carry out the work in the Change Order detailed below in accordance with
GCC Clause 39 of the General Conditions.

1. Title of Change: _______________________________

2. Employer’s Request for Change Proposal No./Rev.:


_______________________________dated: __________

3. Contractor’s Change Proposal No./Rev.: _______________________________ dated:


__________

4. Brief Description of Change: _______________________________

5. Facilities and/or Item No. of equipment related to the requested Change:


_______________________________

6. Reference Drawings and/or technical documents for the requested Change:

Drawing/Document No. Description

7. Adjustment of Time for Completion:

8. Other change in the Contract terms:

9. Other terms and conditions:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 425

(Employer’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 426

Annex 7. Application for Change Proposal


(Contractor’s Letterhead)

To: _______________________________ Date:

Attention: _______________________________

Contract Name: _______________________________


Contract Number: _______________________________

Dear Ladies and/or Gentlemen:

We hereby propose that the below-mentioned work be treated as a Change in the Facilities.

1. Title of Change: _______________________________

2. Application for Change Proposal No./Rev.: _______________________________ dated:


_______________________________

3. Brief Description of Change: _______________________________

4. Reasons for Change:

5. Order of Magnitude Estimation (in the currencies of the Contract):

6. Scheduled Impact of Change:

7. Effect on Functional Guarantees, if any:

8. Appendix:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 427

(Contractor’s Name)

(Signature)

(Name of signatory)

(Title of signatory)

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 428

Drawings

Annexure -2: The Drawings attached in Volume II are listed below


The Substations Design Drawings included in this Bidding Document are listed below
SL.
DESCRIPTION DRAWING NUMBER
No.
BASIC SLD OF NEW 161/33 kV OUTDOOR
1 SUBSTATION EXPANSION AT FREETOWN 161 ESURP/AF/FT161/01
S/S
PROPOSED LAYOUT OF NEW 161/33 kV
2 OUTDOOR SUBSTATION EXPANSION AT ESURP/AF/FT161/02
FREETOWN 161 S/S
BASIC SLD OF NEW 33/11kV INDOOR
3 ESURP/AF/ABN/01
SUBSTATION AT ABERDEEN
PROPOSED LAYOUT OF NEW 33/11kV INDOOR
4 ESURP/AF/ABN/02
SUBSTATION AT ABERDEEN
BASIC SLD OF NEW 33/11kV INDOOR
5 ESURP/AF/CTN/01
SUBSTATION AT CLINETOWN
BASIC SLD OF NEW 33/11kV INDOOR
6 ESURP/AF/FB/01
SUBSTATION AT FALCONBRIDGE
LAYOUT OF EXISTING INDOOR SUBSTATION
7 ESURP/AF/FB/02
AT FALCONBRIDGE
PROPOSED LAYOUT OF NEW 33/11kV INDOOR
8 ESURP/AF/FB/03
SUBSTATION AT FALCONBRIDGE
BASIC SLD OF NEW 33/11kV INDOOR
9 ESURP/AF/JUI/01
SUBSTATION AT JUI
PROPOSED LAYUT OF NEW 33/11kV INDOOR
10 ESURP/AF/JUI/02
SUBSTATION AT JUI
BASIC SLD OF NEW 33/11kV INDOOR
11 ESURP/AF/WTL/01
SUBSTATION AT WATERLOO
PROPOSED LAYOUT OF NEW 33/11kV INDOOR
12 ESURP/AF/WTL/02
SUBSTATION AT WATERLOO
CONCEPTUAL DESIGN OF 110V REDUNDANT
13 ESURP/AF/110/DC
DC SYSTEM

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 429

SL.
DESCRIPTION DRAWING NUMBER
No.
CONCEPTUAL DESIGN OF LVAC STATION
14 ESURP/AF/LVAC
SUPPLY PANEL

15 TYPICAL 11kV FEEDER PROTECTION ESURP/AF/PROT/11/FEEDER

TYPICAL 33kV/11kV POWER TRANSFORMER


16 ESURP/AF/PROT/PTR
PROTECTION
TYPICAL PROTECTION FOR 33kV AND 11kV
17 ESURP/AF/PROT/33/11/BS
BUS SECTIONALIZER
TYPICAL PROTECTION FOR 33kV BUS
18 ESURP/AF/PROT/33/BC
COUPLER

19 TYPICAL 33kV OVERHEAD LINE PROTECTION ESURP/AF/PROT/33/OHL

TYPICAL PROTECTION FOR AUXILIARY


20 ESURP/AF/PROT/AUX/TRAFO
STATION SUPPLY TRANSFORMER

The 33kV Overhead Lines Design Drawings included in this Bidding Document are
listed below
SL.
DESCRIPTION DRAWING NUMBER
No.

1 33kV OHL LINE ROUTES


TYPICAL 33kV SINGLE CIRCUIT
2 ESURP/AF/POLE/33/SC/INT
INTERMEDIATE POLE
TYPICAL 33kV SINGLE CIRCUIT
3 ESURP/AF/POLE/33/SC/AS
ANGLE/SECTION POLE
TYPICAL 33kV SINGLE CIRCUIT TERMINAL
4 ESURP/AF/POLE/33/SC/TE
POLE
TYPICAL 33kV DOUBLE CIRCUIT
5 ESURP/AF/POLE/33/DC/INT
INTERMEDIATE POLE
TYPICAL 33kV DOUBLE CIRCUIT
6 ESURP/AF/POLE/33/DC/TA
TENSION/ANGLE POLE
TYPICAL DETAILS OF STEEL POLE
7 ESURP/AF/POLE/33/EARTH
EARTHING

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII – Employer’s Requirements 430

SL.
DESCRIPTION DRAWING NUMBER
No.
TYPICAL FOUNDATION SKETCH FOR
8 ESURP/AF/POLE/33/INTFOUN
INTERMEDIATE POLES
TYPICAL FOUNDATION SKETCH FOR ANGLE,
9 ESURP/AF/POLE/33/ASTFOUN
SECTION, TERMINAL POLES

10 TYPICAL DETAILS OF STAY FOUNDATION ESURP/AF/POLE/33/STF

TYPICAL 33kV DOUBLE CIRCUIT


11 ESURP/AF/TOW/33/DC/SS
INTERMEDIATE TOWER (BASIC HEIGHT)
TYPICAL 33kV DOUBLE CIRCUIT DWG. NO:
12
SECTION/TENSION TOWER (BASIC HEIGHT) ESURP/AF/TOW/33/DC/ST

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VII - Employer’s Requirements 431

Supplementary Information

EDSA Environment and Social Management Plan (ESMP)


Please refer to Volume 2 of 2, SECTION 5

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Part 3 – Conditions of Contract and Contract Forms 433

PART 3 – Conditions of Contract and


Contract Forms

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 435

Section VIII - General Conditions of Contract


合同通用条款

Table of Clauses

A. Contract and Interpretation ...................................................................................... 437


1. Definitions................................................................................................................. 437
2. Contract Documents.................................................................................................. 440
3. Interpretation ............................................................................................................. 440
4. Communications ....................................................................................................... 442
5. Law and Language .................................................................................................... 442
6. Fraud and Corruption ................................................................................................ 443

B. Subject Matter of Contract ........................................................................................ 443


7. Scope of Facilities ..................................................................................................... 443
8. Time for Commencement and Completion............................................................... 444
9. Contractor’s Responsibilities .................................................................................... 444
10. Employer’s Responsibilities ..................................................................................... 446

C. Payment ....................................................................................................................... 447


11. Contract Price............................................................................................................ 448
12. Terms of Payment ..................................................................................................... 448
13. Securities ................................................................................................................... 448
14. Taxes and Duties ....................................................................................................... 450

D. Intellectual Property ................................................................................................... 451


15. License/Use of Technical Information...................................................................... 451
16. Confidential Information .......................................................................................... 451

E. Execution of the Facilities .......................................................................................... 452


17. Representatives ......................................................................................................... 452
18. Work Program ........................................................................................................... 455
19. Subcontracting .......................................................................................................... 456

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 436

20. Design and Engineering ............................................................................................ 457


21. Procurement .............................................................................................................. 460
22. Installation................................................................................................................. 462
23. Test and Inspection ................................................................................................... 471
24. Completion of the Facilities ...................................................................................... 473
25. Commissioning and Operational Acceptance ....................................................... 475

F. Guarantees and Liabilities ......................................................................................... 479


26. Completion Time Guarantee ..................................................................................... 479
27. Defect Liability ......................................................................................................... 480
28. Functional Guarantees .............................................................................................. 483
29. Patent Indemnity ....................................................................................................... 484
30. Limitation of Liability............................................................................................... 485

G. Risk Distribution ......................................................................................................... 486


31. Transfer of Ownership .............................................................................................. 486
32. Care of Facilities ....................................................................................................... 486
33. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification ... 488
34. Insurance ................................................................................................................... 489
35. Unforeseen Conditions.............................................................................................. 492
36. Change in Laws and Regulations .............................................................................. 494
37. Force Majeure ........................................................................................................... 494
38. War Risks .................................................................................................................. 496

H. Change in Contract Elements .................................................................................... 498


39. Change in the Facilities ............................................................................................. 498
40. Extension of Time for Completion ........................................................................... 502
41. Suspension ................................................................................................................ 504
42. Termination ............................................................................................................... 505
43. Assignment ............................................................................................................... 513
44. Export Restrictions................................................................................................ 513

I. Claims, Disputes and Arbitration .............................................................................. 514


45. Contractor’s Claims .................................................................................................. 514

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 437

46. Disputes and Arbitration ....................................................................................... 516

General Conditions of Contract


A. Contract and Interpretation

1. Definitions 1.1 The following words and expressions shall have the meanings hereby
assigned to them:

“Contract” means the Contract Agreement entered into between the


Employer and the Contractor, together with the Contract Documents
referred to therein; they shall constitute the Contract, and the term “the
Contract” shall in all such documents be construed accordingly.

“Contract Documents” means the documents listed in Article 1.1


(Contract Documents) of the Contract Agreement (including any
amendments thereto).

“GCC” means the General Conditions of Contract hereof.

“PCC” means the Particular Conditions of Contract.

“day” means calendar day.

“year” means 365 days.

“month” means calendar month.

“Party” means the Employer or the Contractor, as the context requires,


and “Parties” means both of them.

“Employer” means the person named as such in the PCC and


includes the legal successors or permitted assigns of the Employer.

“Project Manager” means the person appointed by the Employer in the


manner provided in GCC Sub-Clause 17.1 (Project Manager) hereof
and named as such in the PCC to perform the duties delegated by the
Employer.

“Contractor” means the person(s) whose Bid to perform the Contract


has been accepted by the Employer and is named as Contractor in the
Contract Agreement, and includes the legal successors or permitted
assigns of the Contractor.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 438

“Contractor’s Representative” means any person nominated by the


Contractor and approved by the Employer in the manner provided in
GCC Sub-Clause 17.2 (Contractor’s Representative and Construction
Manager) hereof to perform the duties delegated by the Contractor.

“Construction Manager” means the person appointed by the


Contractor’s Representative in the manner provided in GCC Sub-
Clause 17.2.4.

“Subcontractor,” including manufacturers, means any person to whom


execution of any part of the Facilities, including preparation of any
design or supply of any Plant, is sub-contracted directly or indirectly
by the Contractor, and includes its legal successors or permitted
assigns.

“Dispute Board” (DB) means the person or persons named as such in


the PCC appointed by agreement between the Employer and the
Contractor to make a decision with respect to any dispute or
difference between the Employer and the Contractor referred to him or
her by the Parties pursuant to GCC Sub-Clause 46.1 (Dispute Board)
hereof.

“The Bank” means the financing institution named in the PCC.

“Contract Price” means the sum specified in Article 2.1 (Contract


Price) of the Contract Agreement, subject to such additions and
adjustments thereto or deductions therefrom, as may be made pursuant
to the Contract.

“Facilities” means the Plant to be supplied and installed, as well as all


the Installation Services to be carried out by the Contractor under the
Contract.

“Plant” means permanent plant, equipment, machinery, apparatus,


materials, articles and things of all kinds to be provided and
incorporated in the Facilities by the Contractor under the Contract
(including the spare parts to be supplied by the Contractor under GCC
Sub-Clause 7.3 hereof), but does not include Contractor’s Equipment.

“Installation Services” means all those services ancillary to the supply


of the Plant for the Facilities, to be provided by the Contractor under
the Contract, such as transportation and provision of marine or other
similar insurance, inspection, expediting, site preparation works
(including the provision and use of Contractor’s Equipment and the
supply of all construction materials required), installation, testing,
precommissioning, commissioning, operations, maintenance, the
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 439

provision of operations and maintenance manuals, training, etc… as


the case may require.

“Contractor’s Equipment” means all facilities, equipment, machinery,


tools, apparatus, appliances or things of every kind required in or for
installation, completion and maintenance of Facilities that are to be
provided by the Contractor, but does not include Plant, or other things
intended to form or forming part of the Facilities.

“Country of Origin” means the countries and territories eligible under


the rules of the Bank as further elaborated in the PCC.

“Site” means the land and other places upon which the Facilities are to
be installed, and such other land or places as may be specified in the
Contract as forming part of the Site.

“Effective Date” means the date of fulfillment of all conditions stated


in Article 3 (Effective Date) of the Contract Agreement, from which
the Time for Completion shall be counted.

“Time for Completion” means the time within which Completion of


the Facilities as a whole (or of a part of the Facilities where a separate
Time for Completion of such part has been prescribed) is to be
attained, as referred to in GCC Clause 8 and in accordance with the
relevant provisions of the Contract.

“Completion” means that the Facilities (or a specific part thereof


where specific parts are specified in the Contract) have been
completed operationally and structurally and put in a tight and clean
condition, that all work in respect of Precommissioning of the
Facilities or such specific part thereof has been completed, and that
the Facilities or specific part thereof are ready for Commissioning as
provided in GCC Clause 24 (Completion) hereof.

“Precommissioning” means the testing, checking and other


requirements specified in the Employer’s Requirements that are to be
carried out by the Contractor in preparation for Commissioning as
provided in GCC Clause 24 (Completion) hereof.

“Commissioning” means operation of the Facilities or any part thereof


by the Contractor following Completion, which operation is to be
carried out by the Contractor as provided in GCC Sub-Clause 25.1
(Commissioning) hereof, for the purpose of carrying out Guarantee
Test(s).

“Guarantee Test(s)” means the test(s) specified in the Employer’s

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 440

Requirements to be carried out to ascertain whether the Facilities or a


specified part thereof is able to attain the Functional Guarantees
specified in the Appendix to the Contract Agreement titled Functional
Guarantees, in accordance with the provisions of GCC Sub-Clause
25.2 (Guarantee Test) hereof.

“Operational Acceptance” means the acceptance by the Employer of


the Facilities (or any part of the Facilities where the Contract provides
for acceptance of the Facilities in parts), which certifies the
Contractor’s fulfillment of the Contract in respect of Functional
Guarantees of the Facilities (or the relevant part thereof) in accordance
with the provisions of GCC Clause 28 (Functional Guarantees) hereof
and shall include deemed acceptance in accordance with GCC Clause
25 (Commissioning and Operational Acceptance) hereof.

“Defect Liability Period” means the period of validity of the


warranties given by the Contractor commencing at Completion of the
Facilities or a part thereof, during which the Contractor is responsible
for defects with respect to the Facilities (or the relevant part thereof)
as provided in GCC Clause 27 (Defect Liability) hereof.

2. Contract 2.1 Subject to Article 1.2 (Order of Precedence) of the Contract


Documents Agreement, all documents forming part of the Contract (and all parts
thereof) are intended to be correlative, complementary and mutually
explanatory. The Contract shall be read as a whole.

3. Interpretation 3.1 In the Contract, except where the context requires otherwise:

(a) words indicating one gender include all genders;

(b) words indicating the singular also include the plural and words
indicating the plural also include the singular;

(c) provisions including the word “agree,” “agreed,” or


“agreement” require the agreement to be recorded in writing;

(d) the word “tender” is synonymous with “Bid,” “tenderer,” with


“Bidder,” and “tender documents” with “Bidding Document,”
and

(e) “written” or “in writing” means hand-written, type-written,


printed or electronically made, and resulting in a permanent
record.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 441

The marginal words and other headings shall not be taken into
consideration in the interpretation of these Conditions.

3.2 Incoterms

Unless inconsistent with any provision of the Contract, the meaning of


any trade term and the rights and obligations of Parties thereunder
shall be as prescribed by Incoterms.

Incoterms means international rules for interpreting trade terms


published by the International Chamber of Commerce (latest edition),
38 Cours Albert 1er, 75008 Paris, France.

3.3 Entire Agreement

Subject to GCC Sub-Clause 16.4 hereof, the Contract constitutes the


entire agreement between the Employer and Contractor with respect to
the subject matter of Contract and supersedes all communications,
negotiations and agreements (whether written or oral) of Parties with
respect thereto made prior to the date of Contract.

3.4 Amendment

No amendment or other variation of the Contract shall be effective


unless it is in writing, is dated, expressly refers to the Contract, and is
signed by a duly authorized representative of each Party hereto.

3.5 Independent Contractor

The Contractor shall be an independent contractor performing the


Contract. The Contract does not create any agency, partnership, joint
venture or other joint relationship between the Parties hereto. Subject to
the provisions of the Contract, the Contractor shall be solely
responsible for the manner in which the Contract is performed. All
employees, representatives or Subcontractors engaged by the
Contractor in connection with the performance of the Contract shall be
under the complete control of the Contractor and shall not be deemed
to be employees of the Employer, and nothing contained in the
Contract or in any subcontract awarded by the Contractor shall be
construed to create any contractual relationship between any such
employees, representatives or Subcontractors and the Employer.

3.6 Non-Waiver

3.6.1 Subject to GCC Sub-Clause 3.6.2 below, no relaxation,


forbearance, delay or indulgence by either Party in enforcing

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 442

any of the terms and conditions of the Contract or the granting


of time by either Party to the other shall prejudice, affect or
restrict the rights of that Party under the Contract, nor shall any
waiver by either Party of any breach of Contract operate as
waiver of any subsequent or continuing breach of Contract.

3.6.2 Any waiver of a Party’s rights, powers or remedies under the


Contract must be in writing, must be dated and signed by an
authorized representative of the Party granting such waiver, and
must specify the right and the extent to which it is being waived.

3.7 Severability

If any provision or condition of the Contract is prohibited or rendered


invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of any
other provisions and conditions of the Contract.

3.8 Country of Origin

“Origin” means the place where the plant and component parts thereof
are mined, grown, produced or manufactured, and from which the
services are provided. Plant components are produced when, through
manufacturing, processing, or substantial or major assembling of
components, a commercially recognized product results that is
substantially in its basic characteristics or in purpose or utility from its
components.

4. Communica- 4.1 Wherever these Conditions provide for the giving or issuing of
tions approvals, certificates, consents, determinations, notices, requests and
discharges, these communications shall be:

(a) in writing and delivered against receipt; and

(b) delivered, sent or transmitted to the address for the recipient’s


communications as stated in the Contract Agreement.

When a certificate is issued to a Party, the certifier shall send a copy


to the other Party. When a notice is issued to a Party, by the other
Party or the Project Manager, a copy shall be sent to the Project
Manager or the other Party, as the case may be.

5. Law and 5.1 The Contract shall be governed by and interpreted in accordance with

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 443

Language laws of the country specified in the PCC.

5.2 The ruling language of the Contract shall be that stated in the PCC.

5.3 The language for communications shall be the ruling language unless
otherwise stated in the PCC.

6. Fraud and 6.1 The Bank requires compliance with the Bank’s Anti-Corruption
Corruption Guidelines and its prevailing sanctions policies and procedures as set
forth in the WBG’s Sanctions Framework, as set forth in Appendix B
to the GCC.
6.2 The Employer requires the Contractor to disclose any commissions or
fees that may have been paid or are to be paid to agents or any other
party with respect to the Bidding process or execution of the Contract.
The information disclosed must include at least the name and address
of the agent or other party, the amount and currency, and the purpose
of the commission, gratuity or fee.

B. Subject Matter of Contract

7. Scope of 7.1 Unless otherwise expressly limited in the Employer’s Requirements,


Facilities the Contractor’s obligations cover the provision of all Plant and the
performance of all Installation Services required for the design, and
the manufacture (including procurement, quality assurance,
construction, installation, associated civil works, Precommissioning
and delivery) of the Plant, and the installation, completion and
commissioning of the Facilities in accordance with the plans,
procedures, specifications, drawings, codes and any other
documents as specified in the Section, Employer’s Requirements.
Such specifications include, but are not limited to, the provision of
supervision and engineering services; the supply of labor, materials,
equipment, spare parts (as specified in GCC Sub-Clause 7.3 below)
and accessories; Contractor’s Equipment; construction utilities and
supplies; temporary materials, structures and facilities;
transportation (including, without limitation, unloading and hauling
to, from and at the Site); and storage, except for those supplies,
works and services that will be provided or performed by the
Employer, as set forth in the Appendix to the Contract Agreement
titled Scope of Works and Supply by the Employer.

7.2 The Contractor shall, unless specifically excluded in the Contract,


perform all such work and/or supply all such items and materials not
specifically mentioned in the Contract but that can be reasonably
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 444

inferred from the Contract as being required for attaining


Completion of the Facilities as if such work and/or items and
materials were expressly mentioned in the Contract.

7.3 In addition to the supply of Mandatory Spare Parts included in the


Contract, the Contractor agrees to supply spare parts required for the
operation and maintenance of the Facilities for the period specified
in the PCC and the provisions, if any, specified in the PCC.
However, the identity, specifications and quantities of such spare
parts and the terms and conditions relating to the supply thereof are
to be agreed between the Employer and the Contractor, and the price
of such spare parts shall be that given in Price Schedule No. 6,
which shall be added to the Contract Price. The price of such spare
parts shall include the purchase price therefor and other costs and
expenses (including the Contractor’s fees) relating to the supply of
spare parts.

8. Time for 8.1 The Contractor shall commence work on the Facilities within the
Commence- period specified in the PCC and without prejudice to GCC Sub-
ment and Clause 26.2 hereof, the Contractor shall thereafter proceed with the
Completion Facilities in accordance with the time schedule specified in the
Appendix to the Contract Agreement titled Time Schedule.

8.2 The Contractor shall attain Completion of the Facilities or of a part


where a separate time for Completion of such part is specified in the
Contract, within the time stated in the PCC or within such
extended time to which the Contractor shall be entitled under GCC
Clause 40 hereof.

9. Contractor’s 9.1 The Contractor shall design, manufacture including associated


Responsibilities purchases and/or subcontracting, install and complete the Facilities
in accordance with the Contract. When completed, the Facilities
should be fit for the purposes for which they are intended as defined
in the Contract.

9.2 The Contractor confirms that it has entered into this Contract on the
basis of a proper examination of the data relating to the Facilities
including any data as to boring tests provided by the Employer, and
on the basis of information that the Contractor could have obtained
from a visual inspection of the Site if access thereto was available
and of other data readily available to it relating to the Facilities as of
the date twenty-eight (28) days prior to Bid submission. The
Contractor acknowledges that any failure to acquaint itself with all

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 445

such data and information shall not relieve its responsibility for
properly estimating the difficulty or cost of successfully performing
the Facilities.

9.3 The Contractor shall acquire and pay for all permits, approvals
and/or licenses from all local, state or national government
authorities or public service undertakings in the country where the
Site is located which such authorities or undertakings require the
Contractor to obtain in its name and which are necessary for the
performance of the Contract, including, without limitation, visas for
the Contractor’s and Subcontractor’s personnel and entry permits
for all imported Contractor’s Equipment. The Contractor shall
acquire all other permits, approvals and/or licenses that are not the
responsibility of the Employer under GCC Sub-Clause 10.3 hereof
and that are necessary for the performance of the Contract.

9.4 The Contractor shall comply with all laws in force in the country
where the Facilities are to be implemented. The laws will include
all local, state, national or other laws that affect the performance of
the Contract and bind upon the Contractor. The Contractor shall
indemnify and hold harmless the Employer from and against any
and all liabilities, damages, claims, fines, penalties and expenses of
whatever nature arising or resulting from the violation of such laws
by the Contractor or its personnel, including the Subcontractors and
their personnel, but without prejudice to GCC Sub-Clause 10.1
hereof.

9.5 Any Plant and Installation Services that will be incorporated in or be


required for the Facilities and other supplies shall have their origin
as specified under GCC Clause 1 (Country of Origin). Any
subcontractors retained by the Contractor shall be from a country as
specified in GCC Clause 1 (Country of Origin).
9.6 If the Contractor is a joint venture, or association (JV) of two or
more persons, all such persons shall be jointly and severally bound
to the Employer for the fulfillment of the provisions of the Contract,
and shall designate one of such persons to act as a leader with
authority to bind the JV. The composition or the constitution of the
JV shall not be altered without the prior consent of the Employer.
9.7 Pursuant to paragraph 2.2 e. of Appendix B to the General
Conditions the Contractor shall permit and shall cause its
subcontractors and subconsultants to permit, the Bank and/or
persons appointed by the Bank to inspect the Site and/or the
accounts and records relating to the procurement process, selection

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 446

and/or contract execution , and to have such accounts and records


audited by auditors appointed by the Bank if requested by the Bank.
The Contractor’s and its Subcontractors’ and subconsultants’
attention is drawn to Sub-Clause 6.1 which provides, inter alia, that
acts intended to materially impede the exercise of the Bank’s
inspection and audit rights constitute a prohibited practice subject to
contract termination (as well as to a determination of ineligibility
pursuant to the Bank’s prevailing sanctions procedures).
9.8 The Contractor shall conform to the sustainable procurement
contractual provisions, if and as specified in the PCC.

10. Employer’s 10.1 All information and/or data to be supplied by the Employer as
Responsibilities described in the Appendix to the Contract Agreement titled Scope of
Works and Supply by the Employer, shall be deemed to be accurate,
except when the Employer expressly states otherwise.

10.2 The Employer shall be responsible for acquiring and providing legal
and physical possession of the Site and access thereto, and for
providing possession of and access to all other areas reasonably
required for the proper execution of the Contract, including all
requisite rights of way, as specified in the Appendix to the Contract
Agreement titled Scope of Works and Supply by the Employer. The
Employer shall give full possession of and accord all rights of
access thereto on or before the date(s) specified in that Appendix.

10.3 The Employer shall acquire and pay for all permits, approvals
and/or licenses from all local, state or national government
authorities or public service undertakings in the country where the
Site is located which (a) such authorities or undertakings require the
Employer to obtain in the Employer’s name, (b) are necessary for
the execution of the Contract, including those required for the
performance by both the Contractor and the Employer of their
respective obligations under the Contract, and (c) are specified in
the Appendix (Scope of Works and Supply by the Employer).

10.4 If requested by the Contractor, the Employer shall use its best
endeavors to assist the Contractor in obtaining in a timely and
expeditious manner all permits, approvals and/or licenses necessary
for the execution of the Contract from all local, state or national
government authorities or public service undertakings that such
authorities or undertakings require the Contractor or Subcontractors
or the personnel of the Contractor or Subcontractors, as the case
may be, to obtain.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 447

10.5 Unless otherwise specified in the Contract or agreed upon by the


Employer and the Contractor, the Employer shall provide sufficient,
properly qualified operating and maintenance personnel; shall
supply and make available all raw materials, utilities, lubricants,
chemicals, catalysts, other materials and facilities; and shall perform
all work and services of whatsoever nature, including those required
by the Contractor to properly carry out Precommissioning,
Commissioning and Guarantee Tests, all in accordance with the
provisions of the Appendix to the Contract Agreement titled Scope
of Works and Supply by the Employer, at or before the time
specified in the program furnished by the Contractor under GCC
Sub-Clause 18.2 hereof and in the manner thereupon specified or as
otherwise agreed upon by the Employer and the Contractor.

10.6 The Employer shall be responsible for the continued operation of the
Facilities after Completion, in accordance with GCC Sub-Clause
24.8, and shall be responsible for facilitating the Guarantee Test(s)
for the Facilities, in accordance with GCC Sub-Clause 25.2.

10.7 All costs and expenses involved in the performance of the


obligations under this GCC Clause 10 shall be the responsibility of
the Employer, save those to be incurred by the Contractor with
respect to the performance of Guarantee Tests, in accordance with
GCC Sub-Clause 25.2.

10.8 In the event that the Employer shall be in breach of any of his
obligations under this Clause, the additional cost incurred by the
Contractor in consequence thereof shall be determined by the
Project Manager and added to the Contract Price.

C. Payment

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 448

11. Contract Price 11.1 The Contract Price shall be as specified in Article 2 (Contract Price
and Terms of Payment) of the Contract Agreement.

11.2 Unless an adjustment clause is provided for in the PCC, the


Contract Price shall be a firm lump sum not subject to any
alteration, except in the event of a Change in the Facilities or as
otherwise provided in the Contract.

11.3 Subject to GCC Sub-Clauses 9.2, 10.1 and 35 hereof, the Contractor
shall be deemed to have satisfied itself as to the correctness and
sufficiency of the Contract Price, which shall, except as otherwise
provided for in the Contract, cover all its obligations under the
Contract.

12. Terms of 12.1 The Contract Price shall be paid as specified in Article 2 (Contract
Payment Price and Terms of Payment) of the Contract Agreement and in the
Appendix to the Contract Agreement titled Terms and Procedures
of Payment, which also outlines the procedures to be followed in
making application for and processing payments.

12.2 No payment made by the Employer herein shall be deemed to


constitute acceptance by the Employer of the Facilities or any
part(s) thereof.

12.3 In the event that the Employer fails to make any payment by its
respective due date or within the period set forth in the Contract, the
Employer shall pay to the Contractor interest on the amount of such
delayed payment at the rate(s) shown in the Appendix to the
Contract Agreement titled Terms and Procedures of Payment, for
the period of delay until payment has been made in full, whether
before or after judgment or arbitrage award.

12.4 The currency or currencies in which payments are made to the


Contractor under this Contract shall be specified in the Appendix to
the Contract Agreement titled Terms and Procedures of Payment,
subject to the general principle that payments will be made in the
currency or currencies in which the Contract Price has been stated
in the Contractor’s Bid.

13. Securities 13.1 Issuance of Securities

The Contractor shall provide the securities specified below in favor


of the Employer at the times, and in the amount, manner and form

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 449

specified below.

13.2 Advance Payment Security

13.2.1 The Contractor shall, within twenty-eight (28) days of the


notification of contract award, provide a security in an
amount equal to the advance payment calculated in
accordance with the Appendix to the Contract Agreement
titled Terms and Procedures of Payment, and in the same
currency or currencies.

13.2.2 The security shall be in the form provided in the Bidding


documents or in another form acceptable to the Employer.
The amount of the security shall be reduced in proportion to
the value of the Facilities executed by and paid to the
Contractor from time to time, and shall automatically become
null and void when the full amount of the advance payment
has been recovered by the Employer. The security shall be
returned to the Contractor immediately after its expiration.

13.3 Performance Security

13.3.1 The Contractor shall, within twenty-eight (28) days of the


notification of contract award, provide a security for the due
performance of the Contract in the amount specified in the
PCC.

13.3.2 The Performance Security shall be denominated in the


currency or currencies of the Contract, or in a freely
convertible currency acceptable to the Employer, and shall be
in the form provided in Section X, Contract Forms,
corresponding to the type of bank guarantee stipulated by the
Employer in the PCC, or in another form acceptable to the
Employer.

13.3.3 Unless otherwise specified in the PCC, the security shall


be reduced by half on the date of the Operational Acceptance.
The Security shall become null and void, or shall be reduced
pro rata to the Contract Price of a part of the Facilities for
which a separate Time for Completion is provided, five
hundred and forty (540) days after Completion of the
Facilities or three hundred and sixty five (365) days after
Operational Acceptance of the Facilities, whichever occurs
first; provided, however, that if the Defects Liability Period
has been extended on any part of the Facilities pursuant to

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 450

GCC Sub-Clause 27.8 hereof, the Contractor shall issue an


additional security in an amount proportionate to the Contract
Price of that part. The security shall be returned to the
Contractor immediately after its expiration, provided,
however, that if the Contractor, pursuant to GCC Sub-Clause
27.10, is liable for an extended defect liability obligation, the
Performance Security shall be extended for the period
specified in the PCC pursuant to GCC Sub-Clause 27.10 and
up to the amount specified in the PCC.

13.3.4 The Employer shall not make a claim under the


Performance Security, except for amounts to which the
Employer is entitled under the Contract. The Employer shall
indemnify and hold the Contractor harmless against and from
all damages, losses and expenses (including legal fees and
expenses) resulting from a claim under the Performance
Security to the extent to which the Employer was not entitled
to make the claim.

14. Taxes and 14.1 Except as otherwise specifically provided in the Contract, the
Duties Contractor shall bear and pay all taxes, duties, levies and charges
assessed on the Contractor, its Subcontractors or their employees by
all municipal, state or national government authorities in connection
with the Facilities in and outside of the country where the Site is
located.

14.2 Notwithstanding GCC Sub-Clause 14.1 above, the Employer shall


bear and promptly pay

(a) all customs and import duties for the Plant specified in Price
Schedule No. 1; and

(b) other domestic taxes such as, sales tax and value added tax
(VAT) on the Plant specified in Price Schedules No. 1 and
No. 2 and that is to be incorporated into the Facilities, and on
the finished goods, imposed by the law of the country where
the Site is located.

14.3 If any tax exemptions, reductions, allowances or privileges may be


available to the Contractor in the country where the Site is located,
the Employer shall use its best endeavors to enable the Contractor
to benefit from any such tax savings to the maximum allowable
extent.

14.4 For the purpose of the Contract, it is agreed that the Contract Price
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 451

specified in Article 2 (Contract Price and Terms of Payment) of the


Contract Agreement is based on the taxes, duties, levies and charges
prevailing at the date twenty-eight (28) days prior to the date of Bid
submission in the country where the Site is located (hereinafter
called “Tax” in this GCC Sub-Clause 14.4). If any rates of Tax are
increased or decreased, a new Tax is introduced, an existing Tax is
abolished, or any change in interpretation or application of any Tax
occurs in the course of the performance of Contract, which was or
will be assessed on the Contractor, Subcontractors or their
employees in connection with performance of the Contract, an
equitable adjustment of the Contract Price shall be made to fully
take into account any such change by addition to the Contract Price
or deduction therefrom, as the case may be, in accordance with
GCC Clause 36 hereof.

D. Intellectual Property

15. License/Use of 15.1 For the operation and maintenance of the Plant, the Contractor
Technical hereby grants a non-exclusive and non-transferable license
Information (without the right to sub-license) to the Employer under the
patents, utility models or other industrial property rights owned by
the Contractor or by a third Party from whom the Contractor has
received the right to grant licenses thereunder, and shall also grant
to the Employer a non-exclusive and non-transferable right
(without the right to sub-license) to use the know-how and other
technical information disclosed to the Employer under the
Contract. Nothing contained herein shall be construed as
transferring ownership of any patent, utility model, trademark,
design, copyright, know-how or other intellectual property right
from the Contractor or any third Party to the Employer.

15.2 The copyright in all drawings, documents and other materials


containing data and information furnished to the Employer by the
Contractor herein shall remain vested in the Contractor or, if they
are furnished to the Employer directly or through the Contractor by
any third Party, including suppliers of materials, the copyright in
such materials shall remain vested in such third Party.

16. Confidential 16.1 The Employer and the Contractor shall keep confidential and shall
Information not, without the written consent of the other Party hereto, divulge
to any third Party any documents, data or other information
furnished directly or indirectly by the other Party hereto in

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 452

connection with the Contract, whether such information has been


furnished prior to, during or following termination of the Contract.
Notwithstanding the above, the Contractor may furnish to its
Subcontractor(s) such documents, data and other information it
receives from the Employer to the extent required for the
Subcontractor(s) to perform its work under the Contract, in which
event the Contractor shall obtain from such Subcontractor(s) an
undertaking of confidentiality similar to that imposed on the
Contractor under this GCC Clause 16.

16.2 The Employer shall not use such documents, data and other
information received from the Contractor for any purpose other
than the operation and maintenance of the Facilities. Similarly, the
Contractor shall not use such documents, data and other
information received from the Employer for any purpose other than
the design, procurement of Plant, construction or such other work
and services as are required for the performance of the Contract.

16.3 The obligation of a Party under GCC Sub-Clauses 16.1 and 16.2
above, however, shall not apply to that information which

(a) now or hereafter enters the public domain through no fault of


that Party

(b) can be proven to have been possessed by that Party at the time
of disclosure and which was not previously obtained, directly or
indirectly, from the other Party hereto

(c) otherwise lawfully becomes available to that Party from a


third Party that has no obligation of confidentiality.

16.4 The above provisions of this GCC Clause 16 shall not in any way
modify any undertaking of confidentiality given by either of the
Parties hereto prior to the date of the Contract in respect of the
Facilities or any part thereof.

16.5 The provisions of this GCC Clause 16 shall survive termination,


for whatever reason, of the Contract.

E. Execution of the Facilities

17. Representatives 17.1 Project Manager

If the Project Manager is not named in the Contract, then

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 453

within fourteen (14) days of the Effective Date, the Employer


shall appoint and notify the Contractor in writing of the name
of the Project Manager. The Employer may from time to time
appoint some other person as the Project Manager in place of
the person previously so appointed, and shall give a notice of
the name of such other person to the Contractor without delay.
No such appointment shall be made at such a time or in such a
manner as to impede the progress of work on the Facilities.
Such appointment shall only take effect upon receipt of such
notice by the Contractor. The Project Manager shall represent
and act for the Employer at all times during the performance
of the Contract. All notices, instructions, orders, certificates,
approvals and all other communications under the Contract
shall be given by the Project Manager, except as herein
otherwise provided.

All notices, instructions, information and other


communications given by the Contractor to the Employer
under the Contract shall be given to the Project Manager,
except as herein otherwise provided.

17.2 Contractor’s Representative & Construction Manager

17.2.1 If the Contractor’s Representative is not named in the


Contract, then within fourteen (14) days of the
Effective Date, the Contractor shall appoint the
Contractor’s Representative and shall request the
Employer in writing to approve the person so
appointed. If the Employer makes no objection to the
appointment within fourteen (14) days, the
Contractor’s Representative shall be deemed to have
been approved. If the Employer objects to the
appointment within fourteen (14) days giving the
reason therefor, then the Contractor shall appoint a
replacement within fourteen (14) days of such
objection, and the foregoing provisions of this GCC
Sub-Clause 17.2.1 shall apply thereto.

17.2.2 The Contractor’s Representative shall represent and act


for the Contractor at all times during the performance
of the Contract and shall give to the Project Manager
all the Contractor’s notices, instructions, information
and all other communications under the Contract.

All notices, instructions, information and all other

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 454

communications given by the Employer or the Project


Manager to the Contractor under the Contract shall be given
to the Contractor’s Representative or, in its absence, its
deputy, except as herein otherwise provided.

The Contractor shall not revoke the appointment of the


Contractor’s Representative without the Employer’s prior
written consent, which shall not be unreasonably withheld. If
the Employer consents thereto, the Contractor shall appoint
some other person as the Contractor’s Representative,
pursuant to the procedure set out in GCC Sub-Clause 17.2.1.

17.2.3 The Contractor’s Representative may, subject to the


approval of the Employer which shall not be unreasonably
withheld, at any time delegate to any person any of the
powers, functions and authorities vested in him or her. Any
such delegation may be revoked at any time. Any such
delegation or revocation shall be subject to a prior notice
signed by the Contractor’s Representative, and shall specify
the powers, functions and authorities thereby delegated or
revoked. No such delegation or revocation shall take effect
unless and until a copy thereof has been delivered to the
Employer and the Project Manager.

Any act or exercise by any person of powers, functions and


authorities so delegated to him or her in accordance with this
GCC Sub-Clause 17.2.3 shall be deemed to be an act or
exercise by the Contractor’s Representative.

17.2.4 From the commencement of installation of the Facilities at


the Site until Completion, the Contractor’s Representative
shall appoint a suitable person as the Construction Manager.
The Construction Manager shall supervise all work done at
the Site by the Contractor and shall be present at the Site
throughout normal working hours except when on leave, sick
or absent for reasons connected with the proper performance
of the Contract. Whenever the Construction Manager is
absent from the Site, a suitable person shall be appointed to
act as the Construction Manager’s deputy.

17.2.5 The Employer may by notice to the Contractor object to any


representative or person employed by the Contractor in the
execution of the Contract who, in the reasonable opinion of
the Employer, may behave inappropriately, may be
incompetent or negligent, or may commit a serious breach of

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 455

the Site regulations provided under GCC Sub-Clause 22.4.


The Employer shall provide evidence of the same, whereupon
the Contractor shall remove such person from the Facilities.

17.2.6 If any representative or person employed by the Contractor


is removed in accordance with GCC Sub-Clause 17.2.5, the
Contractor shall, where required, promptly appoint a
replacement.

18. Work Program 18.1 Contractor’s Organization

The Contractor shall supply to the Employer and the Project


Manager a chart showing the proposed organization to be
established by the Contractor for carrying out work on the
Facilities within twenty-one (21) days of the Effective Date.
The chart shall include the identities of the key personnel and
the curricula vitae of such key personnel to be employed shall
be supplied together with the chart. The Contractor shall
promptly inform the Employer and the Project Manager in
writing of any revision or alteration of such an organization
chart.

18.2 Program of Performance

Within twenty-eight (28) days after the Effective Date, the


Contractor shall submit to the Project Manager a detailed
program of performance of the Contract, made in a form
acceptable to the Project Manager and showing the sequence
in which it proposes to design, manufacture, transport,
assemble, install and precommission the Facilities, as well as
the date by which the Contractor reasonably requires that the
Employer shall have fulfilled its obligations under the
Contract so as to enable the Contractor to execute the
Contract in accordance with the program and to achieve
Completion, Commissioning and Acceptance of the Facilities
in accordance with the Contract. The program so submitted
by the Contractor shall accord with the Time Schedule
included in the Appendix to the Contract Agreement titled
Time Schedule, and any other dates and periods specified in
the Contract. The Contractor shall update and revise the
program as and when appropriate or when required by the
Project Manager, but without modification in the Times for
Completion specified in the PCC pursuant to Sub-Clause 8.2
and any extension granted in accordance with GCC Clause

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 456

40, and shall submit all such revisions to the Project Manager.

18.3 Progress Report

The Contractor shall monitor progress of all the activities


specified in the program referred to in GCC Sub-Clause 18.2
above, and supply a progress report to the Project Manager
every month.

The progress report shall be in a form acceptable to the


Project Manager and shall indicate: (a) percentage completion
achieved compared with the planned percentage completion
for each activity; and (b) where any activity is behind the
program, giving comments and likely consequences and
stating the corrective action being taken.

18.4 Progress of Performance

If at any time the Contractor’s actual progress falls behind the


program referred to in GCC Sub-Clause 18.2, or it becomes
apparent that it will so fall behind, the Contractor shall, at the
request of the Employer or the Project Manager, prepare and
submit to the Project Manager a revised program, taking into
account the prevailing circumstances, and shall notify the
Project Manager of the steps being taken to expedite progress
so as to attain Completion of the Facilities within the Time for
Completion under GCC Sub-Clause 8.2, any extension thereof
entitled under GCC Sub-Clause 40.1, or any extended period
as may otherwise be agreed upon between the Employer and
the Contractor.

18.5 Procedures

The Contract shall be executed in accordance with the


Contract Documents including the procedures given in the
Forms and Procedures of the Employer’s Requirements.

The Contractor may execute the Contract in accordance with


its own standard project execution plans and procedures to the
extent that they do not conflict with the provisions contained
in the Contract.

19. Subcontracting 19.1 The Appendix to the Contract Agreement titled List of Major
Items of Plant and Installation Services and List of Approved
Subcontractors, specifies major items of supply or services

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 457

and a list of approved Subcontractors against each item,


including manufacturers. Insofar as no Subcontractors are
listed against any such item, the Contractor shall prepare a list
of Subcontractors for such item for inclusion in such list. The
Contractor may from time to time propose any addition to or
deletion from any such list. The Contractor shall submit any
such list or any modification thereto to the Employer for its
approval in sufficient time so as not to impede the progress of
work on the Facilities. Such approval by the Employer for
any of the Subcontractors shall not relieve the Contractor
from any of its obligations, duties or responsibilities under the
Contract.

19.2 The Contractor shall select and employ its Subcontractors for
such major items from those listed in the lists referred to in
GCC Sub-Clause 19.1.

19.3 For items or parts of the Facilities not specified in the


Appendix to the Contract Agreement titled List of Major
Items of Plant and Installation Services and List of Approved
Subcontractors, the Contractor may employ such
Subcontractors as it may select, at its discretion.

19.4 Each sub-contract shall include provisions which would


entitle the Employer to require the sub-contract to be assigned
to the Employer under GCC 19.5 (if and when applicable), or
in event of termination by the Employer under GCC 42.2.

19.5 If a subcontractor's obligations extend beyond the expiry date


of the relevant Defects Liability Period and the Project
Manager, prior to that date, instructs the Contractor to assign
the benefits of such obligations to the Employer, then the
Contractor shall do so.

20. Design and 20.1 Specifications and Drawings


Engineering
20.1.1 The Contractor shall execute the basic and detailed design
and the engineering work in compliance with the provisions
of the Contract, or where not so specified, in accordance with
good engineering practice.

The Contractor shall be responsible for any discrepancies,


errors or omissions in the specifications, drawings and other
technical documents that it has prepared, whether such
specifications, drawings and other documents have been
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 458

approved by the Project Manager or not, provided that such


discrepancies, errors or omissions are not because of
inaccurate information furnished in writing to the Contractor
by or on behalf of the Employer.

20.1.2 The Contractor shall be entitled to disclaim responsibility


for any design, data, drawing, specification or other
document, or any modification thereof provided or designated
by or on behalf of the Employer, by giving a notice of such
disclaimer to the Project Manager.

20.2 Codes and Standards

Wherever references are made in the Contract to codes and


standards in accordance with which the Contract shall be
executed, the edition or the revised version of such codes and
standards current at the date twenty-eight (28) days prior to
date of Bid submission shall apply unless otherwise specified.
During Contract execution, any changes in such codes and
standards shall be applied subject to approval by the
Employer and shall be treated in accordance with GCC Clause
39.

20.3 Approval/Review of Technical Documents by Project Manager

20.3.1 The Contractor shall prepare or cause its


Subcontractors to prepare, and furnish to the Project
Manager the documents listed in the Appendix to the
Contract Agreement titled List of Documents for
Approval or Review, for its approval or review as
specified and in accordance with the requirements of
GCC Sub-Clause 18.2 (Program of Performance).

Any part of the Facilities covered by or related to the


documents to be approved by the Project Manager
shall be executed only after the Project Manager’s
approval thereof.

GCC Sub-Clauses 20.3.2 through 20.3.7 shall apply to


those documents requiring the Project Manager’s
approval, but not to those furnished to the Project
Manager for its review only.

20.3.2 Within fourteen (14) days after receipt by the Project


Manager of any document requiring the Project
Manager’s approval in accordance with GCC Sub-
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 459

Clause 20.3.1, the Project Manager shall either return


one copy thereof to the Contractor with its approval
endorsed thereon or shall notify the Contractor in
writing of its disapproval thereof and the reasons
therefor and the modifications that the Project
Manager proposes.

If the Project Manager fails to take such action within


the said fourteen (14) days, then the said document
shall be deemed to have been approved by the Project
Manager.

20.3.3 The Project Manager shall not disapprove any


document, except on the grounds that the document
does not comply with the Contract or that it is contrary
to good engineering practice.

20.3.4 If the Project Manager disapproves the document, the


Contractor shall modify the document and resubmit it
for the Project Manager’s approval in accordance with
GCC Sub-Clause 20.3.2. If the Project Manager
approves the document subject to modification(s), the
Contractor shall make the required modification(s),
whereupon the document shall be deemed to have been
approved.

20.3.5 If any dispute or difference occurs between the


Employer and the Contractor in connection with or
arising out of the disapproval by the Project Manager
of any document and/or any modification(s) thereto
that cannot be settled between the Parties within a
reasonable period, then such dispute or difference may
be referred to a Dispute Board for determination in
accordance with GCC Sub-Clause 46.1 hereof. If such
dispute or difference is referred to a Dispute Board, the
Project Manager shall give instructions as to whether
and if so, how, performance of the Contract is to
proceed. The Contractor shall proceed with the
Contract in accordance with the Project Manager’s
instructions, provided that if the Dispute Board
upholds the Contractor’s view on the dispute and if the
Employer has not given notice under GCC Sub-Clause
46.3 hereof, then the Contractor shall be reimbursed by
the Employer for any additional costs incurred by
reason of such instructions and shall be relieved of

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 460

such responsibility or liability in connection with the


dispute and the execution of the instructions as the
Dispute Board shall decide, and the Time for
Completion shall be extended accordingly.

20.3.6 The Project Manager’s approval, with or without


modification of the document furnished by the
Contractor, shall not relieve the Contractor of any
responsibility or liability imposed upon it by any
provisions of the Contract except to the extent that any
subsequent failure results from modifications required
by the Project Manager.

20.3.7 The Contractor shall not depart from any approved


document unless the Contractor has first submitted to
the Project Manager an amended document and
obtained the Project Manager’s approval thereof,
pursuant to the provisions of this GCC Sub-Clause
20.3.

If the Project Manager requests any change in any


already approved document and/or in any document
based thereon, the provisions of GCC Clause 39 shall
apply to such request.

21. Procurement 21.1 Plant

Subject to GCC Sub-Clause 14.2, the Contractor shall procure


and transport all Plant in an expeditious and orderly manner to
the Site.

21.2 Employer-Supplied Plant

If the Appendix to the Contract Agreement titled Scope of


Works and Supply by the Employer, provides that the
Employer shall furnish any specific items to the Contractor,
the following provisions shall apply:

21.2.1 The Employer shall, at its own risk and expense, transport
each item to the place on or near the Site as agreed upon by
the Parties and make such item available to the Contractor at
the time specified in the program furnished by the Contractor,
pursuant to GCC Sub-Clause 18.2, unless otherwise mutually
agreed.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 461

21.2.2 Upon receipt of such item, the Contractor shall inspect the
same visually and notify the Project Manager of any detected
shortage, defect or default. The Employer shall immediately
remedy any shortage, defect or default, or the Contractor
shall, if practicable and possible, at the request of the
Employer, remedy such shortage, defect or default at the
Employer’s cost and expense. After inspection, such item
shall fall under the care, custody and control of the
Contractor. The provision of this GCC Sub-Clause 21.2.2
shall apply to any item supplied to remedy any such shortage
or default or to substitute for any defective item, or shall
apply to defective items that have been repaired.

21.2.3 The foregoing responsibilities of the Contractor and its


obligations of care, custody and control shall not relieve the
Employer of liability for any undetected shortage, defect or
default, nor place the Contractor under any liability for any
such shortage, defect or default whether under GCC Clause
27 or under any other provision of Contract.

21.3 Transportation

21.3.1 The Contractor shall at its own risk and expense


transport all the materials and the Contractor’s
Equipment to the Site by the mode of transport that the
Contractor judges most suitable under all the
circumstances.

21.3.2 Unless otherwise provided in the Contract, the


Contractor shall be entitled to select any safe mode of
transport operated by any person to carry the materials
and the Contractor’s Equipment.

21.3.3 Upon dispatch of each shipment of materials and the


Contractor’s Equipment, the Contractor shall notify the
Employer by telex, cable, facsimile or electronic
means, of the description of the materials and of the
Contractor’s Equipment, the point and means of
dispatch, and the estimated time and point of arrival in
the country where the Site is located, if applicable, and
at the Site. The Contractor shall furnish the Employer
with relevant shipping documents to be agreed upon
between the Parties.

21.3.4 The Contractor shall be responsible for obtaining, if

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 462

necessary, approvals from the authorities for


transportation of the materials and the Contractor’s
Equipment to the Site. The Employer shall use its best
endeavors in a timely and expeditious manner to assist
the Contractor in obtaining such approvals, if
requested by the Contractor. The Contractor shall
indemnify and hold harmless the Employer from and
against any claim for damage to roads, bridges or any
other traffic facilities that may be caused by the
transport of the materials and the Contractor’s
Equipment to the Site.

21.4 Customs Clearance

The Contractor shall, at its own expense, handle all imported


materials and Contractor’s Equipment at the point(s) of
import and shall handle any formalities for customs clearance,
subject to the Employer’s obligations under GCC Sub-Clause
14.2, provided that if applicable laws or regulations require
any application or act to be made by or in the name of the
Employer, the Employer shall take all necessary steps to
comply with such laws or regulations. In the event of delays
in customs clearance that are not the fault of the Contractor,
the Contractor shall be entitled to an extension in the Time for
Completion, pursuant to GCC Clause 40.

22. Installation 22.1 Setting Out/Supervision

22.1.1 Bench Mark: The Contractor shall be responsible for


the true and proper setting-out of the Facilities in
relation to bench marks, reference marks and lines
provided to it in writing by or on behalf of the
Employer.

If, at any time during the progress of installation of the


Facilities, any error shall appear in the position, level
or alignment of the Facilities, the Contractor shall
forthwith notify the Project Manager of such error and,
at its own expense, immediately rectify such error to
the reasonable satisfaction of the Project Manager. If
such error is based on incorrect data provided in
writing by or on behalf of the Employer, the expense
of rectifying the same shall be borne by the Employer.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 463

22.1.2 Contractor’s Supervision: The Contractor shall give or


provide all necessary superintendence during the
installation of the Facilities, and the Construction
Manager or its deputy shall be constantly on the Site to
provide full-time superintendence of the installation.
The Contractor shall provide and employ only
technical personnel who are skilled and experienced in
their respective callings and supervisory staff who are
competent to adequately supervise the work at hand.

22.2 Labor:

22.2.1 Engagement of Staff and Labor

Except as otherwise stated in the Specification, the


Contractor shall make arrangements for the
engagement of all staff and labor, local or otherwise,
and for their payment, housing, feeding and transport.

The Contractor shall provide and employ on the Site in


the installation of the Facilities such skilled, semi-
skilled and unskilled labor as is necessary for the
proper and timely execution of the Contract. The
Contractor is encouraged to use local labor that has the
necessary skills.

The Contractor shall be responsible for obtaining all


necessary permit(s) and/or visa(s) from the appropriate
authorities for the entry of all labor and personnel to be
employed on the Site into the country where the Site is
located. The Employer will, if requested by the
Contractor, use his best endeavors in a timely and
expeditious manner to assist the Contractor in
obtaining any local, state, national or government
permission required for bringing in the Contractor’s
personnel.

The Contractor shall at its own expense provide the


means of repatriation to all of its and its
Subcontractor’s personnel employed on the Contract at
the Site to the place where they were recruited or to
their domicile. It shall also provide suitable temporary
maintenance of all such persons from the cessation of
their employment on the Contract to the date
programmed for their departure. In the event that the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 464

Contractor defaults in providing such means of


transportation and temporary maintenance, the
Employer may provide the same to such personnel and
recover the cost of doing so from the Contractor.

22.2.2 Persons in the Service of Employer

The Contractor shall not recruit, or attempt to recruit,


staff and labor from amongst the Employer’s
Personnel.

22.2.3 Labor Laws

The Contractor shall comply with all the relevant labor


Laws applicable to the Contractor’s Personnel,
including Laws relating to their employment, health,
safety, welfare, immigration and emigration, and shall
allow them all their legal rights.

The Contractor shall at all times during the progress of


the Contract use its best endeavors to prevent any
unlawful, riotous or disorderly conduct or behavior by
or amongst its employees and the labor of its
Subcontractors.

The Contractor shall, in all dealings with its labor and


the labor of its Subcontractors currently employed on
or connected with the Contract, pay due regard to all
recognized festivals, official holidays, religious or
other customs and all local laws and regulations
pertaining to the employment of labor.

22.2.4 Rates of Wages and Conditions of Labor

The Contractor shall pay rates of wages, and observe


conditions of labor, which are not lower than those
established for the trade or industry where the work is
carried out. If no established rates or conditions are
applicable, the Contractor shall pay rates of wages and
observe conditions which are not lower than the
general level of wages and conditions observed locally
by employers whose trade or industry is similar to that
of the Contractor.

The Contractor shall inform the Contractor’s Personnel


about their liability to pay personal income taxes in the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 465

Country in respect of such of their salaries, wages and


allowances as are chargeable under the Laws for the
time being in force, and the Contractor shall perform
such duties in regard to such deductions thereof as may
be imposed on him by such Laws.

22.2.5 Working Hours

No work shall be carried out on the Site on locally


recognized days of rest, or outside the normal working
hours stated in the PCC, unless:

(a) otherwise stated in the Contract,

(b) the Project Manager gives consent, or

(c) the work is unavoidable, or necessary for the


protection of life or property or for the safety of
the Works, in which case the Contractor shall
immediately advise the Project Manager.

If and when the Contractor considers it necessary to


carry out work at night or on public holidays so as to
meet the Time for Completion and requests the Project
Manager’s consent thereto, the Project Manager shall
not unreasonably withhold such consent.

This Sub-Clause shall not apply to any work which is


customarily carried out by rotary or double-shifts.

22.2.6 Facilities for Staff and Labor

Except as otherwise stated in the Specification, the


Contractor shall provide and maintain all necessary
accommodation and welfare facilities for the
Contractor’s Personnel. The Contractor shall also
provide facilities for the Employer’s Personnel as stated
in the Specification.

The Contractor shall not permit any of the Contractor’s


Personnel to maintain any temporary or permanent
living quarters within the structures forming part of the
Permanent Works.

22.2.7 Health and Safety

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 466

The Contractor shall at all times take all reasonable


precautions to maintain the health and safety of the
Contractor’s Personnel. In collaboration with local
health authorities, the Contractor shall ensure that
medical staff, first aid facilities, sick bay and ambulance
service are available at all times at the Site and at any
accommodation for Contractor’s and Employer’s
Personnel, and that suitable arrangements are made for
all necessary welfare and hygiene requirements and for
the prevention of epidemics.

The Contractor shall appoint an accident prevention


officer at the Site, responsible for maintaining safety
and protection against accidents. This person shall be
qualified for this responsibility, and shall have the
authority to issue instructions and take protective
measures to prevent accidents. Throughout the
performance of the Contract, the Contractor shall
provide whatever is required by this person to exercise
this responsibility and authority.

The Contractor shall send to the Project Manager,


details of any accident as soon as practicable after its
occurrence. The Contractor shall maintain records and
make reports concerning health, safety and welfare of
persons, and damage to property, as the Project
Manager may reasonably require.

The Contractor shall throughout the contract (including


the Defects Notification Period): (i) conduct
Information, Education and Consultation
Communication (IEC) campaigns, at least every other
month, addressed to all the Site staff and labor
(including all the Contractor's employees, all
Subcontractors and Employer’s and Project Manager’s'
employees, and all truck drivers and crew making
deliveries to Site for construction activities) and to the
immediate local communities, concerning the risks,
dangers and impact, and appropriate avoidance behavior
with respect to of Sexually Transmitted Diseases
(STD)—or Sexually Transmitted Infections (STI) in
general and HIV/AIDS in particular; (ii) provide male
or female condoms for all Site staff and labor as
appropriate; and (iii) provide for STI and HIV/AIDS
screening, diagnosis, counseling and referral to a

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 467

dedicated national STI and HIV/AIDS program, (unless


otherwise agreed) of all Site staff and labor.

The Contractor shall include in the program to be


submitted for the execution of the Facilities under Sub-
Clause 18.2 an alleviation program for Site staff and labor
and their families in respect of Sexually Transmitted
Infections (STI) and Sexually Transmitted Diseases (STD)
including HIV/AIDS. The STI, STD and HIV/AIDS
alleviation program shall indicate when, how and at what
cost the Contractor plans to satisfy the requirements of this
Sub-Clause and the related specification. For each
component, the program shall detail the resources to be
provided or utilized and any related sub-contracting
proposed. The program shall also include provision of a
detailed cost estimate with supporting documentation.
Payment to the Contractor for preparation and
implementation this program shall not exceed the
Provisional Sum dedicated for this purpose.

22.2.8 Funeral Arrangements

In the event of the death of any of the Contractor’s


personnel or accompanying members of their families,
the Contractor shall be responsible for making the
appropriate arrangements for their return or burial,
unless otherwise specified in the PCC.

22.2.9 Records of Contractor’s Personnel

The Contractor shall keep accurate records of the


Contractor’s personnel, including the number of each
class of Contractor’s Personnel on the Site and the
names, ages, genders, hours worked and wages paid to
all workers. These records shall be summarized on a
monthly basis in a form approved by the Project
Manager and shall be available for inspection by the
Project Manager until the Contractor has completed all
work.

22.2.10 Supply of Foodstuffs

The Contractor shall arrange for the provision of a


sufficient supply of suitable food as may be stated in
the Specification at reasonable prices for the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 468

Contractor’s Personnel for the purposes of or in


connection with the Contract.

22.2.11 Supply of Water

The Contractor shall, having regard to local conditions,


provide on the Site an adequate supply of drinking and
other water for the use of the Contractor’s Personnel.

22.2.12 Measures against Insect and Pest Nuisance

The Contractor shall at all times take the necessary


precautions to protect the Contractor’s Personnel
employed on the Site from insect and pest nuisance,
and to reduce their danger to health. The Contractor
shall comply with all the regulations of the local health
authorities, including use of appropriate insecticide.

22.2.13 Alcoholic Liquor or Drugs

The Contractor shall not, otherwise than in accordance


with the Laws of the Country, import, sell, give barter
or otherwise dispose of any alcoholic liquor or drugs,
or permit or allow importation, sale, gift barter or
disposal by Contractor's Personnel.

22.2.14 Arms and Ammunition

The Contractor shall not give, barter, or otherwise


dispose of, to any person, any arms or ammunition of
any kind, or allow Contractor's Personnel to do so.

22.2.15 Prohibition of All Forms of Forced or Compulsory


Labor

The contractor shall not employ “forced or compulsory


labor” in any form. “Forced or compulsory labor”
consists of all work or service, not voluntarily
performed, that is extracted from an individual under
threat of force or penalty.

22.2.16 Prohibition of Harmful Child Labor

The Contractor shall not employ any child to perform


any work that is economically exploitative, or is likely
to be hazardous to, or to interfere with, the child's

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 469

education, or to be harmful to the child's health or


physical, mental, spiritual, moral, or social
development.

22.3 Contractor’s Equipment

22.3.1 All Contractor’s Equipment brought by the Contractor


onto the Site shall be deemed to be intended to be used
exclusively for the execution of the Contract. The
Contractor shall not remove the same from the Site
without the Project Manager’s consent that such
Contractor’s Equipment is no longer required for the
execution of the Contract.

22.3.2 Unless otherwise specified in the Contract, upon


completion of the Facilities, the Contractor shall
remove from the Site all Equipment brought by the
Contractor onto the Site and any surplus materials
remaining thereon.

22.3.3 The Employer will, if requested, use its best endeavors


to assist the Contractor in obtaining any local, state or
national government permission required by the
Contractor for the export of the Contractor’s
Equipment imported by the Contractor for use in the
execution of the Contract that is no longer required for
the execution of the Contract.

22.4 Site Regulations and Safety

The Employer and the Contractor shall establish Site


regulations setting out the rules to be observed in the
execution of the Contract at the Site and shall comply
therewith. The Contractor shall prepare and submit to the
Employer, with a copy to the Project Manager, proposed Site
regulations for the Employer’s approval, which approval shall
not be unreasonably withheld.

Such Site regulations shall include, but shall not be limited to,
rules in respect of security, safety of the Facilities, gate
control, sanitation, medical care, and fire prevention.

22.5 Opportunities for Other Contractors

22.5.1 The Contractor shall, upon written request from the


Employer or the Project Manager, give all reasonable

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 470

opportunities for carrying out the work to any other


contractors employed by the Employer on or near the
Site.

22.5.2 If the Contractor, upon written request from the


Employer or the Project Manager, makes available to
other contractors any roads or ways the maintenance
for which the Contractor is responsible, permits the use
by such other contractors of the Contractor’s
Equipment, or provides any other service of
whatsoever nature for such other contractors, the
Employer shall fully compensate the Contractor for
any loss or damage caused or occasioned by such other
contractors in respect of any such use or service, and
shall pay to the Contractor reasonable remuneration for
the use of such equipment or the provision of such
services.

22.5.3 The Contractor shall also so arrange to perform its


work as to minimize, to the extent possible,
interference with the work of other contractors. The
Project Manager shall determine the resolution of any
difference or conflict that may arise between the
Contractor and other contractors and the workers of the
Employer in regard to their work.

22.5.4 The Contractor shall notify the Project Manager


promptly of any defects in the other contractors’ work
that come to its notice, and that could affect the
Contractor’s work. The Project Manager shall
determine the corrective measures, if any, required to
rectify the situation after inspection of the Facilities.
Decisions made by the Project Manager shall be
binding on the Contractor.

22.6 Emergency Work

If, by reason of an emergency arising in connection with and


during the execution of the Contract, any protective or
remedial work is necessary as a matter of urgency to prevent
damage to the Facilities, the Contractor shall immediately
carry out such work.

If the Contractor is unable or unwilling to do such work


immediately, the Employer may do or cause such work to be

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 471

done as the Employer may determine is necessary in order to


prevent damage to the Facilities. In such event the Employer
shall, as soon as practicable after the occurrence of any such
emergency, notify the Contractor in writing of such
emergency, the work done and the reasons therefor. If the
work done or caused to be done by the Employer is work that
the Contractor was liable to do at its own expense under the
Contract, the reasonable costs incurred by the Employer in
connection therewith shall be paid by the Contractor to the
Employer. Otherwise, the cost of such remedial work shall be
borne by the Employer.

22.7 Site Clearance

22.7.1 Site Clearance in Course of Performance: In the


course of carrying out the Contract, the Contractor
shall keep the Site reasonably free from all
unnecessary obstruction, store or remove any surplus
materials, clear away any wreckage, rubbish or
temporary works from the Site, and remove any
Contractor’s Equipment no longer required for
execution of the Contract.

22.7.2 Clearance of Site after Completion: After Completion


of all parts of the Facilities, the Contractor shall clear
away and remove all wreckage, rubbish and debris of
any kind from the Site, and shall leave the Site and
Facilities in a clean and safe condition.

22.8 Watching and Lighting

The Contractor shall provide and maintain at its own expense


all lighting, fencing, and watching when and where necessary
for the proper execution and the protection of the Facilities, or
for the safety of the owners and occupiers of adjacent
property and for the safety of the public.

23. Test and 23.1 The Contractor shall at its own expense carry out at the place
Inspection of manufacture and/or on the Site all such tests and/or
inspections of the Plant and any part of the Facilities as are
specified in the Contract.

23.2 The Employer and the Project Manager or their designated


representatives shall be entitled to attend the aforesaid test
and/or inspection, provided that the Employer shall bear all
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 472

costs and expenses incurred in connection with such


attendance including, but not limited to, all traveling and
board and lodging expenses.

23.3 Whenever the Contractor is ready to carry out any such test
and/or inspection, the Contractor shall give a reasonable
advance notice of such test and/or inspection and of the place
and time thereof to the Project Manager. The Contractor shall
obtain from any relevant third Party or manufacturer any
necessary permission or consent to enable the Employer and
the Project Manager or their designated representatives to
attend the test and/or inspection.

23.4 The Contractor shall provide the Project Manager with a


certified report of the results of any such test and/or
inspection.

If the Employer or Project Manager or their designated


representatives fails to attend the test and/or inspection, or if it
is agreed between the Parties that such persons shall not do
so, then the Contractor may proceed with the test and/or
inspection in the absence of such persons, and may provide
the Project Manager with a certified report of the results
thereof.

23.5 The Project Manager may require the Contractor to carry out
any test and/or inspection not required by the Contract,
provided that the Contractor’s reasonable costs and expenses
incurred in the carrying out of such test and/or inspection
shall be added to the Contract Price. Further, if such test
and/or inspection impede the progress of work on the
Facilities and/or the Contractor’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Time for Completion and the other obligations
so affected.

23.6 If any Plant or any part of the Facilities fails to pass any test
and/or inspection, the Contractor shall either rectify or replace
such Plant or part of the Facilities and shall repeat the test
and/or inspection upon giving a notice under GCC Sub-
Clause 23.3.

23.7 If any dispute or difference of opinion shall arise between the


Parties in connection with or arising out of the test and/or
inspection of the Plant or part of the Facilities that cannot be

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 473

settled between the Parties within a reasonable period of time,


it may be referred to an Dispute Board for determination in
accordance with GCC Sub-Clause 46.3.

23.8 The Contractor shall afford the Employer and the Project
Manager, at the Employer’s expense, access at any reasonable
time to any place where the Plant are being manufactured or
the Facilities are being installed, in order to inspect the
progress and the manner of manufacture or installation,
provided that the Project Manager shall give the Contractor a
reasonable prior notice.

23.9 The Contractor agrees that neither the execution of a test


and/or inspection of Plant or any part of the Facilities, nor the
attendance by the Employer or the Project Manager, nor the
issue of any test certificate pursuant to GCC Sub-Clause 23.4,
shall release the Contractor from any other responsibilities
under the Contract.

23.10 No part of the Facilities or foundations shall be covered up on


the Site without the Contractor carrying out any test and/or
inspection required under the Contract. The Contractor shall
give a reasonable notice to the Project Manager whenever any
such parts of the Facilities or foundations are ready or about
to be ready for test and/or inspection; such test and/or
inspection and notice thereof shall be subject to the
requirements of the Contract.

23.11 The Contractor shall uncover any part of the Facilities or


foundations, or shall make openings in or through the same as
the Project Manager may from time to time require at the Site,
and shall reinstate and make good such part or parts.

If any parts of the Facilities or foundations have been covered


up at the Site after compliance with the requirement of GCC
Sub-Clause 23.10 and are found to be executed in accordance
with the Contract, the expenses of uncovering, making
openings in or through, reinstating, and making good the same
shall be borne by the Employer, and the Time for Completion
shall be reasonably adjusted to the extent that the Contractor
has thereby been delayed or impeded in the performance of
any of its obligations under the Contract.

24. Completion of 24.1 As soon as the Facilities or any part thereof has, in the opinion

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 474

the Facilities of the Contractor, been completed operationally and


structurally and put in a tight and clean condition as specified
in the Employer’s Requirements, excluding minor items not
materially affecting the operation or safety of the Facilities,
the Contractor shall so notify the Employer in writing.

24.2 Within seven (7) days after receipt of the notice from the
Contractor under GCC Sub-Clause 24.1, the Employer shall
supply the operating and maintenance personnel specified in
the Appendix to the Contract Agreement titled Scope of
Works and Supply by the Employer for Precommissioning of
the Facilities or any part thereof.

Pursuant to the Appendix to the Contract Agreement titled


Scope of Works and Supply by the Employer, the Employer
shall also provide, within the said seven (7) day period, the
raw materials, utilities, lubricants, chemicals, catalysts,
facilities, services and other matters required for
Precommissioning of the Facilities or any part thereof.

24.3 As soon as reasonably practicable after the operating and


maintenance personnel have been supplied by the Employer
and the raw materials, utilities, lubricants, chemicals,
catalysts, facilities, services and other matters have been
provided by the Employer in accordance with GCC Sub-
Clause 24.2, the Contractor shall commence
Precommissioning of the Facilities or the relevant part thereof
in preparation for Commissioning, subject to GCC Sub-
Clause 25.5.

24.4 As soon as all works in respect of Precommissioning are


completed and, in the opinion of the Contractor, the Facilities
or any part thereof is ready for Commissioning, the
Contractor shall so notify the Project Manager in writing.

24.5 The Project Manager shall, within fourteen (14) days after
receipt of the Contractor’s notice under GCC Sub-Clause
24.4, either issue a Completion Certificate in the form
specified in the Employer’s Requirements (Forms and
Procedures), stating that the Facilities or that part thereof have
reached Completion as of the date of the Contractor’s notice
under GCC Sub-Clause 24.4, or notify the Contractor in
writing of any defects and/or deficiencies.

If the Project Manager notifies the Contractor of any defects

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 475

and/or deficiencies, the Contractor shall then correct such


defects and/or deficiencies, and shall repeat the procedure
described in GCC Sub-Clause 24.4.

If the Project Manager is satisfied that the Facilities or that


part thereof have reached Completion, the Project Manager
shall, within seven (7) days after receipt of the Contractor’s
repeated notice, issue a Completion Certificate stating that the
Facilities or that part thereof have reached Completion as of
the date of the Contractor’s repeated notice.

If the Project Manager is not so satisfied, then it shall notify


the Contractor in writing of any defects and/or deficiencies
within seven (7) days after receipt of the Contractor’s
repeated notice, and the above procedure shall be repeated.

24.6 If the Project Manager fails to issue the Completion


Certificate and fails to inform the Contractor of any defects
and/or deficiencies within fourteen (14) days after receipt of
the Contractor’s notice under GCC Sub-Clause 24.4 or within
seven (7) days after receipt of the Contractor’s repeated notice
under GCC Sub-Clause 24.5, or if the Employer makes use of
the Facilities or part thereof, then the Facilities or that part
thereof shall be deemed to have reached Completion as of the
date of the Contractor’s notice or repeated notice, or as of the
Employer’s use of the Facilities, as the case may be.

24.7 As soon as possible after Completion, the Contractor shall


complete all outstanding minor items so that the Facilities are
fully in accordance with the requirements of the Contract,
failing which the Employer will undertake such completion
and deduct the costs thereof from any monies owing to the
Contractor.

24.8 Upon Completion, the Employer shall be responsible for the


care and custody of the Facilities or the relevant part thereof,
together with the risk of loss or damage thereto, and shall
thereafter take over the Facilities or the relevant part thereof.

25. Commissioning 25.1 Commissioning


and Operational
Acceptance 25.1.1 Commissioning of the Facilities or any part thereof
shall be commenced by the Contractor immediately
after issue of the Completion Certificate by the Project
Manager, pursuant to GCC Sub-Clause 24.5, or
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 476

immediately after the date of the deemed Completion,


under GCC Sub-Clause 24.6.

25.1.2 The Employer shall supply the operating and


maintenance personnel and all raw materials, utilities,
lubricants, chemicals, catalysts, facilities, services and
other matters required for Commissioning.

25.1.3 In accordance with the requirements of the Contract,


the Contractor’s and Project Manager’s advisory
personnel shall attend the Commissioning, including
the Guarantee Test, and shall advise and assist the
Employer.

25.2 Guarantee Test

25.2.1 Subject to GCC Sub-Clause 25.5, the Guarantee Test


and repeats thereof shall be conducted by the
Contractor during Commissioning of the Facilities or
the relevant part thereof to ascertain whether the
Facilities or the relevant part can attain the Functional
Guarantees specified in the Appendix to the Contract
Agreement titled Functional Guarantees. The
Employer shall promptly provide the Contractor with
such information as the Contractor may reasonably
require in relation to the conduct and results of the
Guarantee Test and any repeats thereof.

25.2.2 If for reasons not attributable to the Contractor, the


Guarantee Test of the Facilities or the relevant part
thereof cannot be successfully completed within the
period from the date of Completion specified in the
PCC or any other period agreed upon by the Employer
and the Contractor, the Contractor shall be deemed to
have fulfilled its obligations with respect to the
Functional Guarantees, and GCC Sub-Clauses 28.2
and 28.3 shall not apply.

25.3 Operational Acceptance

25.3.1 Subject to GCC Sub-Clause 25.4 below, Operational


Acceptance shall occur in respect of the Facilities or any part
thereof when

(a) the Guarantee Test has been successfully completed and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 477

the Functional Guarantees are met; or

(b) the Guarantee Test has not been successfully completed


or has not been carried out for reasons not attributable
to the Contractor within the period from the date of
Completion specified in the PCC pursuant to GCC Sub-
Clause 25.2.2 above or any other period agreed upon by
the Employer and the Contractor; or

(c) the Contractor has paid the liquidated damages specified


in GCC Sub-Clause 28.3 hereof; and

(d) any minor items mentioned in GCC Sub-Clause 24.7


hereof relevant to the Facilities or that part thereof have
been completed.

25.3.2 At any time after any of the events set out in GCC
Sub-Clause 25.3.1 have occurred, the Contractor may
give a notice to the Project Manager requesting the
issue of an Operational Acceptance Certificate in the
form provided in the Employer’s Requirements (Forms
and Procedures) in respect of the Facilities or the part
thereof specified in such notice as of the date of such
notice.

25.3.3 The Project Manager shall, after consultation with the


Employer, and within seven (7) days after receipt of
the Contractor’s notice, issue an Operational
Acceptance Certificate.

25.3.4 If within seven (7) days after receipt of the


Contractor’s notice, the Project Manager fails to issue
the Operational Acceptance Certificate or fails to
inform the Contractor in writing of the justifiable
reasons why the Project Manager has not issued the
Operational Acceptance Certificate, the Facilities or
the relevant part thereof shall be deemed to have been
accepted as of the date of the Contractor’s said notice.

25.4 Partial Acceptance

25.4.1 If the Contract specifies that Completion and


Commissioning shall be carried out in respect of parts
of the Facilities, the provisions relating to Completion
and Commissioning including the Guarantee Test shall
apply to each such part of the Facilities individually,
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 478

and the Operational Acceptance Certificate shall be


issued accordingly for each such part of the Facilities.

25.4.2 If a part of the Facilities comprises facilities such as


buildings, for which no Commissioning or Guarantee
Test is required, then the Project Manager shall issue
the Operational Acceptance Certificate for such facility
when it attains Completion, provided that the
Contractor shall thereafter complete any outstanding
minor items that are listed in the Operational
Acceptance Certificate.

25.5 Delayed Precommissioning and/or Guarantee Test

25.5.1 In the event that the Contractor is unable to proceed


with the Precommissioning of the Facilities pursuant to
Sub-Clause 24.3, or with the Guarantee Test pursuant
to Sub-Clause 25.2, for reasons attributable to the
Employer either on account of non availability of other
facilities under the responsibilities of other
contractor(s), or for reasons beyond the Contractor’s
control, the provisions leading to “deemed”
completion of activities such as Completion, pursuant
to GCC Sub-Clause 24.6, and Operational Acceptance,
pursuant to GCC Sub-Clause 25.3.4, and Contractor’s
obligations regarding Defect Liability Period, pursuant
to GCC Sub-Clause 27.2, Functional Guarantee,
pursuant to GCC Clause 28, and Care of Facilities,
pursuant to GCC Clause 32, and GCC Clause 41.1,
Suspension, shall not apply. In this case, the following
provisions shall apply.

25.5.2 When the Contractor is notified by the Project


Manager that he will be unable to proceed with the
activities and obligations pursuant to above Sub-
Clause 25.5.1, the Contractor shall be entitled to the
following:

(a) the Time of Completion shall be extended for the


period of suspension without imposition of
liquidated damages pursuant to GCC Sub-Clause
26.2;

(b) payments due to the Contractor in accordance


with the provision specified in the Appendix to

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 479

the Contract Agreement titled Terms and


Procedures of Payment, which would not have
been payable in normal circumstances due to
non-completion of the subject activities, shall be
released to the Contractor against submission of
a security in the form of a bank guarantee of
equivalent amount acceptable to the Employer,
and which shall become null and void when the
Contractor will have complied with its
obligations regarding those payments, subject to
the provision of Sub-Clause 25.5.3 below;

(c) the expenses towards the above security and


extension of other securities under the contract,
of which validity needs to be extended, shall be
reimbursed to the Contractor by the Employer;

(d) the additional charges towards the care of the


Facilities pursuant to GCC Sub-Clause 32.1 shall
be reimbursed to the Contractor by the Employer
for the period between the notification
mentioned above and the notification mentioned
in Sub-Clause 25.5.4 below. The provision of
GCC Sub-Clause 33.2 shall apply to the
Facilities during the same period.

25.5.3 In the event that the period of suspension under above


Sub-Clause 25.5.1 actually exceeds one hundred eighty
(180) days, the Employer and Contractor shall
mutually agree to any additional compensation payable
to the Contractor.

25.5.4 When the Contractor is notified by the Project


Manager that the plant is ready for Precommissioning,
the Contractor shall proceed without delay in
performing Precommissioning in accordance with
Clause 24.

F. Guarantees and Liabilities

26. Completion 26.1 The Contractor guarantees that it shall attain Completion of the
Time Facilities (or a part for which a separate time for completion is
Guarantee specified) within the Time for Completion specified in the PCC

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 480

pursuant to GCC Sub-Clause 8.2, or within such extended time


to which the Contractor shall be entitled under GCC Clause 40
hereof.

26.2 If the Contractor fails to attain Completion of the Facilities or


any part thereof within the Time for Completion or any
extension thereof under GCC Clause 40, the Contractor shall pay
to the Employer liquidated damages in the amount specified in
the PCC as a percentage rate of the Contract Price or the
relevant part thereof. The aggregate amount of such liquidated
damages shall in no event exceed the amount specified as
“Maximum” in the PCC as a percentage rate of the Contract
Price. Once the “Maximum” is reached, the Employer may
consider termination of the Contract, pursuant to GCC Sub-
Clause 42.2.2.

Such payment shall completely satisfy the Contractor’s


obligation to attain Completion of the Facilities or the relevant
part thereof within the Time for Completion or any extension
thereof under GCC Clause 40. The Contractor shall have no
further liability whatsoever to the Employer in respect thereof.

However, the payment of liquidated damages shall not in any


way relieve the Contractor from any of its obligations to
complete the Facilities or from any other obligations and
liabilities of the Contractor under the Contract.

Save for liquidated damages payable under this GCC Sub-


Clause 26.2, the failure by the Contractor to attain any milestone
or other act, matter or thing by any date specified in the
Appendix to the Contract Agreement titled Time Schedule,
and/or other program of work prepared pursuant to GCC Sub-
Clause 18.2 shall not render the Contractor liable for any loss or
damage thereby suffered by the Employer.

26.3 If the Contractor attains Completion of the Facilities or any part


thereof before the Time for Completion or any extension thereof
under GCC Clause 40, the Employer shall pay to the Contractor
a bonus in the amount specified in the PCC. The aggregate
amount of such bonus shall in no event exceed the amount
specified as “Maximum” in the PCC.

27. Defect 27.1 The Contractor warrants that the Facilities or any part thereof
Liability shall be free from defects in the design, engineering, materials

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 481

and workmanship of the Plant supplied and of the work


executed.

27.2 The Defect Liability Period shall be five hundred and forty (540)
days from the date of Completion of the Facilities (or any part
thereof) or one year from the date of Operational Acceptance of
the Facilities (or any part thereof), whichever first occurs, unless
specified otherwise in the PCC pursuant to GCC Sub-Clause
27.10.

If during the Defect Liability Period any defect should be found


in the design, engineering, materials and workmanship of the
Plant supplied or of the work executed by the Contractor, the
Contractor shall promptly, in consultation and agreement with
the Employer regarding appropriate remedying of the defects,
and at its cost, repair, replace or otherwise make good as the
Contractor shall determine at its discretion, such defect as well
as any damage to the Facilities caused by such defect. The
Contractor shall not be responsible for the repair, replacement or
making good of any defect or of any damage to the Facilities
arising out of or resulting from any of the following causes:

(a) improper operation or maintenance of the Facilities by the


Employer;

(b) operation of the Facilities outside specifications provided


in the Contract; or

(c) normal wear and tear.

27.3 The Contractor’s obligations under this GCC Clause 27 shall not
apply to:

(a) any materials that are supplied by the Employer under


GCC Sub-Clause 21.2, are normally consumed in
operation, or have a normal life shorter than the Defect
Liability Period stated herein;

(b) any designs, specifications or other data designed, supplied


or specified by or on behalf of the Employer or any
matters for which the Contractor has disclaimed
responsibility herein; or

(c) any other materials supplied or any other work executed


by or on behalf of the Employer, except for the work

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 482

executed by the Employer under GCC Sub-Clause 27.7.

27.4 The Employer shall give the Contractor a notice stating the
nature of any such defect together with all available evidence
thereof, promptly following the discovery thereof. The
Employer shall afford all reasonable opportunity for the
Contractor to inspect any such defect.

27.5 The Employer shall afford the Contractor all necessary access to
the Facilities and the Site to enable the Contractor to perform its
obligations under this GCC Clause 27.

The Contractor may, with the consent of the Employer, remove


from the Site any Plant or any part of the Facilities that are
defective if the nature of the defect, and/or any damage to the
Facilities caused by the defect, is such that repairs cannot be
expeditiously carried out at the Site.

27.6 If the repair, replacement or making good is of such a character


that it may affect the efficiency of the Facilities or any part
thereof, the Employer may give to the Contractor a notice
requiring that tests of the defective part of the Facilities shall be
made by the Contractor immediately upon completion of such
remedial work, whereupon the Contractor shall carry out such
tests.

If such part fails the tests, the Contractor shall carry out further
repair, replacement or making good, as the case may be, until
that part of the Facilities passes such tests. The tests shall be
agreed upon by the Employer and the Contractor.

27.7 If the Contractor fails to commence the work necessary to


remedy such defect or any damage to the Facilities caused by
such defect within a reasonable time (which shall in no event be
considered to be less than fifteen (15) days), the Employer may,
following notice to the Contractor, proceed to do such work, and
the reasonable costs incurred by the Employer in connection
therewith shall be paid to the Employer by the Contractor or may
be deducted by the Employer from any monies due the
Contractor or claimed under the Performance Security.

27.8 If the Facilities or any part thereof cannot be used by reason of


such defect and/or making good of such defect, the Defect
Liability Period of the Facilities or such part, as the case may be,
shall be extended by a period equal to the period during which

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 483

the Facilities or such part cannot be used by the Employer


because of any of the aforesaid reasons.

27.9 Except as provided in GCC Clauses 27 and 33, the Contractor


shall be under no liability whatsoever and howsoever arising,
and whether under the Contract or at law, in respect of defects in
the Facilities or any part thereof, the Plant, design or engineering
or work executed that appear after Completion of the Facilities
or any part thereof, except where such defects are the result of
the gross negligence, fraud, or criminal or willful action of the
Contractor.

27.10 In addition, any such component of the Facilities, and during the
period of time as may be specified in the PCC, shall be subject
to an extended defect liability period. Such obligation of the
Contractor shall be in addition to the defect liability period
specified under GCC Sub-Clause 27.2.

28. Functional 28.1 The Contractor guarantees that during the Guarantee Test, the
Guarantees Facilities and all parts thereof shall attain the Functional
Guarantees specified in the Appendix to the Contract Agreement
titled Functional Guarantees, subject to and upon the conditions
therein specified.

28.2 If, for reasons attributable to the Contractor, the minimum level
of the Functional Guarantees specified in the Appendix to the
Contract Agreement titled Functional Guarantees, are not met
either in whole or in part, the Contractor shall at its cost and
expense make such changes, modifications and/or additions to
the Plant or any part thereof as may be necessary to meet at least
the minimum level of such Guarantees. The Contractor shall
notify the Employer upon completion of the necessary changes,
modifications and/or additions, and shall request the Employer
to repeat the Guarantee Test until the minimum level of the
Guarantees has been met. If the Contractor eventually fails to
meet the minimum level of Functional Guarantees, the Employer
may consider termination of the Contract, pursuant to GCC Sub-
Clause 42.2.2.

28.3 If, for reasons attributable to the Contractor, the Functional


Guarantees specified in the Appendix to the Contract Agreement
titled Functional Guarantees, are not attained either in whole or
in part, but the minimum level of the Functional Guarantees
specified in the said Appendix to the Contract Agreement is met,

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 484

the Contractor shall, at the Contractor’s option, either

(a) make such changes, modifications and/or additions to the


Facilities or any part thereof that are necessary to attain the
Functional Guarantees at its cost and expense, and shall
request the Employer to repeat the Guarantee Test or

(b) pay liquidated damages to the Employer in respect of the


failure to meet the Functional Guarantees in accordance
with the provisions in the Appendix to the Contract
Agreement titled Functional Guarantees.

28.4 The payment of liquidated damages under GCC Sub-Clause


28.3, up to the limitation of liability specified in the Appendix to
the Contract Agreement titled Functional Guarantees, shall
completely satisfy the Contractor’s guarantees under GCC Sub-
Clause 28.3, and the Contractor shall have no further liability
whatsoever to the Employer in respect thereof. Upon the
payment of such liquidated damages by the Contractor, the
Project Manager shall issue the Operational Acceptance
Certificate for the Facilities or any part thereof in respect of
which the liquidated damages have been so paid.

29. Patent 29.1 The Contractor shall, subject to the Employer’s compliance with
Indemnity GCC Sub-Clause 29.2, indemnify and hold harmless the
Employer and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of whatsoever
nature, including attorney’s fees and expenses, which the
Employer may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright or other intellectual property right
registered or otherwise existing at the date of the Contract by
reason of: (a) the installation of the Facilities by the Contractor
or the use of the Facilities in the country where the Site is
located; and (b) the sale of the products produced by the
Facilities in any country.

Such indemnity shall not cover any use of the Facilities or any
part thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, any infringement
resulting from the use of the Facilities or any part thereof, or any
products produced thereby in association or combination with
any other equipment, plant or materials not supplied by the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 485

Contractor, pursuant to the Contract Agreement.

29.2 If any proceedings are brought or any claim is made against the
Employer arising out of the matters referred to in GCC Sub-
Clause 29.1, the Employer shall promptly give the Contractor a
notice thereof, and the Contractor may at its own expense and in
the Employer’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.

If the Contractor fails to notify the Employer within twenty-eight


(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Employer shall be free
to conduct the same on its own behalf. Unless the Contractor
has so failed to notify the Employer within the twenty-eight (28)
day period, the Employer shall make no admission that may be
prejudicial to the defense of any such proceedings or claim.

The Employer shall, at the Contractor’s request, afford all


available assistance to the Contractor in conducting such
proceedings or claim, and shall be reimbursed by the Contractor
for all reasonable expenses incurred in so doing.

29.3 The Employer shall indemnify and hold harmless the Contractor
and its employees, officers and Subcontractors from and against
any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of whatsoever
nature, including attorney’s fees and expenses, which the
Contractor may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright or other intellectual property right
registered or otherwise existing at the date of the Contract
arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or
designed by or on behalf of the Employer.

30. Limitation of 30.1 Except in cases of criminal negligence or willful misconduct,


Liability
(a) neither Party shall be liable to the other Party, whether in
contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, which may
be suffered by the other Party in connection with the
Contract, other than specifically provided as any
obligation of the Party in the Contract, and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 486

(b) the aggregate liability of the Contractor to the Employer,


whether under the Contract, in tort or otherwise, shall not
exceed the amount resulting from the application of the
multiplier specified in the PCC, to the Contract Price or, if
a multiplier is not so specified, the total Contract Price,
provided that this limitation shall not apply to the cost of
repairing or replacing defective equipment, or to any
obligation of the Contractor to indemnify the Employer
with respect to patent infringement.

G. Risk Distribution

31. Transfer of 31.1 Ownership of the Plant (including spare parts) to be imported
Ownership into the country where the Site is located shall be transferred to
the Employer upon loading on to the mode of transport to be
used to convey the Plant from the country of origin to that
country.

31.2 Ownership of the Plant (including spare parts) procured in the


country where the Site is located shall be transferred to the
Employer when the Plant are brought on to the Site.

31.3 Ownership of the Contractor’s Equipment used by the


Contractor and its Subcontractors in connection with the
Contract shall remain with the Contractor or its Subcontractors.

31.4 Ownership of any Plant in excess of the requirements for the


Facilities shall revert to the Contractor upon Completion of the
Facilities or at such earlier time when the Employer and the
Contractor agree that the Plant in question are no longer required
for the Facilities.

31.5 Notwithstanding the transfer of ownership of the Plant, the


responsibility for care and custody thereof together with the risk
of loss or damage thereto shall remain with the Contractor
pursuant to GCC Clause 32 (Care of Facilities) hereof until
Completion of the Facilities or the part thereof in which such
Plant are incorporated.

32. Care of 32.1 The Contractor shall be responsible for the care and custody of the
Facilities Facilities or any part thereof until the date of Completion of the
Facilities pursuant to GCC Clause 24 or, where the Contract
provides for Completion of the Facilities in parts, until the date of
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 487

Completion of the relevant part, and shall make good at its own
cost any loss or damage that may occur to the Facilities or the
relevant part thereof from any cause whatsoever during such
period. The Contractor shall also be responsible for any loss or
damage to the Facilities caused by the Contractor or its
Subcontractors in the course of any work carried out, pursuant to
GCC Clause 27. Notwithstanding the foregoing, the Contractor
shall not be liable for any loss or damage to the Facilities or that
part thereof caused by reason of any of the matters specified or
referred to in paragraphs (a), (b) and (c) of GCC Sub-Clauses 32.2
and 38.1.

32.2 If any loss or damage occurs to the Facilities or any part thereof
or to the Contractor’s temporary facilities by reason of

(a) insofar as they relate to the country where the Site is located,
nuclear reaction, nuclear radiation, radioactive
contamination, pressure wave caused by aircraft or other
aerial objects, or any other occurrences that an experienced
contractor could not reasonably foresee, or if reasonably
foreseeable could not reasonably make provision for or
insure against, insofar as such risks are not normally
insurable on the insurance market and are mentioned in the
general exclusions of the policy of insurance, including War
Risks and Political Risks, taken out under GCC Clause 34
hereof; or

(b) any use or occupation by the Employer or any third Party


other than a Subcontractor, authorized by the Employer of
any part of the Facilities; or

(c) any use of or reliance upon any design, data or


specification provided or designated by or on behalf of the
Employer, or any such matter for which the Contractor has
disclaimed responsibility herein,

the Employer shall pay to the Contractor all sums payable in


respect of the Facilities executed, notwithstanding that the same
be lost, destroyed or damaged, and will pay to the Contractor the
replacement value of all temporary facilities and all parts thereof
lost, destroyed or damaged. If the Employer requests the
Contractor in writing to make good any loss or damage to the
Facilities thereby occasioned, the Contractor shall make good
the same at the cost of the Employer in accordance with GCC
Clause 39. If the Employer does not request the Contractor in

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 488

writing to make good any loss or damage to the Facilities


thereby occasioned, the Employer shall either request a change
in accordance with GCC Clause 39, excluding the performance
of that part of the Facilities thereby lost, destroyed or damaged,
or, where the loss or damage affects a substantial part of the
Facilities, the Employer shall terminate the Contract pursuant to
GCC Sub-Clause 42.1 hereof.

32.3 The Contractor shall be liable for any loss of or damage to any
Contractor’s Equipment, or any other property of the Contractor
used or intended to be used for purposes of the Facilities, except
(i) as mentioned in GCC Sub-Clause 32.2 with respect to the
Contractor’s temporary facilities, and (ii) where such loss or
damage arises by reason of any of the matters specified in GCC
Sub-Clauses 32.2 (b) and (c) and 38.1.

32.4 With respect to any loss or damage caused to the Facilities or


any part thereof or to the Contractor’s Equipment by reason of
any of the matters specified in GCC Sub-Clause 38.1, the
provisions of GCC Sub-Clause 38.3 shall apply.

33. Loss of or 33.1 Subject to GCC Sub-Clause 33.3, the Contractor shall indemnify
Damage to and hold harmless the Employer and its employees and officers
Property; from and against any and all suits, actions or administrative
Accident or proceedings, claims, demands, losses, damages, costs, and
Injury to expenses of whatsoever nature, including attorney’s fees and
Workers; expenses, in respect of the death or injury of any person or loss
Indemnifica- of or damage to any property other than the Facilities whether
tion accepted or not, arising in connection with the supply and
installation of the Facilities and by reason of the negligence of
the Contractor or its Subcontractors, or their employees, officers
or agents, except any injury, death or property damage caused by
the negligence of the Employer, its contractors, employees,
officers or agents.

33.2 If any proceedings are brought or any claim is made against the
Employer that might subject the Contractor to liability under
GCC Sub-Clause 33.1, the Employer shall promptly give the
Contractor a notice thereof and the Contractor may at its own
expense and in the Employer’s name conduct such proceedings
or claim and any negotiations for the settlement of any such
proceedings or claim.

If the Contractor fails to notify the Employer within twenty-eight

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 489

(28) days after receipt of such notice that it intends to conduct


any such proceedings or claim, then the Employer shall be free
to conduct the same on its own behalf. Unless the Contractor
has so failed to notify the Employer within the twenty-eight (28)
day period, the Employer shall make no admission that may be
prejudicial to the defense of any such proceedings or claim.

The Employer shall, at the Contractor’s request, afford all


available assistance to the Contractor in conducting such
proceedings or claim, and shall be reimbursed by the Contractor
for all reasonable expenses incurred in so doing.

33.3 The Employer shall indemnify and hold harmless the Contractor
and its employees, officers and Subcontractors from any liability
for loss of or damage to property of the Employer, other than the
Facilities not yet taken over, that is caused by fire, explosion or
any other perils, in excess of the amount recoverable from
insurances procured under GCC Clause 34, provided that such
fire, explosion or other perils were not caused by any act or
failure of the Contractor.

33.4 The Party entitled to the benefit of an indemnity under this GCC
Clause 33 shall take all reasonable measures to mitigate any loss
or damage which has occurred. If the Party fails to take such
measures, the other Party’s liabilities shall be correspondingly
reduced.

34. Insurance 34.1 To the extent specified in the Appendix to the Contract
Agreement titled Insurance Requirements, the Contractor shall at
its expense take out and maintain in effect, or cause to be taken
out and maintained in effect, during the performance of the
Contract, the insurances set forth below in the sums and with the
deductibles and other conditions specified in the said Appendix.
The identity of the insurers and the form of the policies shall be
subject to the approval of the Employer, who should not
unreasonably withhold such approval.

(a) Cargo Insurance During Transport

Covering loss or damage occurring while in transit from


the Contractor’s or Subcontractor’s works or stores until
arrival at the Site, to the Plant (including spare parts
therefor) and to the Contractor’s Equipment.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 490

(b) Installation All Risks Insurance

Covering physical loss or damage to the Facilities at the


Site, occurring prior to Completion of the Facilities, with
an extended maintenance coverage for the Contractor’s
liability in respect of any loss or damage occurring during
the Defect Liability Period while the Contractor is on the
Site for the purpose of performing its obligations during
the Defect Liability Period.

(c) Third Party Liability Insurance

Covering bodily injury or death suffered by third Parties


including the Employer’s personnel, and loss of or damage
to property occurring in connection with the supply and
installation of the Facilities.

(d) Automobile Liability Insurance

Covering use of all vehicles used by the Contractor or its


Subcontractors, whether or not owned by them, in
connection with the execution of the Contract.

(e) Workers’ Compensation

In accordance with the statutory requirements applicable in


any country where the Contract or any part thereof is
executed.

(f) Employer’s Liability

In accordance with the statutory requirements applicable in


any country where the Contract or any part thereof is
executed.

(g) Other Insurances

Such other insurances as may be specifically agreed upon


by the Parties hereto as listed in the Appendix to the
Contract Agreement titled Insurance Requirements.

34.2 The Employer shall be named as co-insured under all insurance


policies taken out by the Contractor pursuant to GCC Sub-
Clause 34.1, except for the Third Party Liability, Workers’
Compensation and Employer’s Liability Insurances, and the
Contractor’s Subcontractors shall be named as co-insureds under

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 491

all insurance policies taken out by the Contractor pursuant to


GCC Sub-Clause 34.1 except for the Cargo Insurance During
Transport, Workers’ Compensation and Employer’s Liability
Insurances. All insurer’s rights of subrogation against such co-
insureds for losses or claims arising out of the performance of
the Contract shall be waived under such policies.

34.3 The Contractor shall, in accordance with the provisions of the


Appendix to the Contract Agreement titled Insurance
Requirements, deliver to the Employer certificates of insurance
or copies of the insurance policies as evidence that the required
policies are in full force and effect. The certificates shall
provide that no less than twenty-one (21) days’ notice shall be
given to the Employer by insurers prior to cancellation or
material modification of a policy.

34.4 The Contractor shall ensure that, where applicable, its


Subcontractor(s) shall take out and maintain in effect adequate
insurance policies for their personnel and vehicles and for work
executed by them under the Contract, unless such Subcontractors
are covered by the policies taken out by the Contractor.

34.5 The Employer shall at its expense take out and maintain in effect
during the performance of the Contract those insurances
specified in the Appendix to the Contract Agreement titled
Insurance Requirements, in the sums and with the deductibles
and other conditions specified in the said Appendix. The
Contractor and the Contractor’s Subcontractors shall be named
as co-insureds under all such policies. All insurers’ rights of
subrogation against such co-insureds for losses or claims arising
out of the performance of the Contract shall be waived under
such policies. The Employer shall deliver to the Contractor
satisfactory evidence that the required insurances are in full
force and effect. The policies shall provide that not less than
twenty-one (21) days’ notice shall be given to the Contractor by
all insurers prior to any cancellation or material modification of
the policies. If so requested by the Contractor, the Employer
shall provide copies of the policies taken out by the Employer
under this GCC Sub-Clause 34.5.

34.6 If the Contractor fails to take out and/or maintain in effect the
insurances referred to in GCC Sub-Clause 34.1, the Employer
may take out and maintain in effect any such insurances and may
from time to time deduct from any amount due the Contractor
under the Contract any premium that the Employer shall have

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 492

paid to the insurer, or may otherwise recover such amount as a


debt due from the Contractor. If the Employer fails to take out
and/or maintain in effect the insurances referred to in GCC 34.5,
the Contractor may take out and maintain in effect any such
insurances and may from time to time deduct from any amount
due the Employer under the Contract any premium that the
Contractor shall have paid to the insurer, or may otherwise
recover such amount as a debt due from the Employer. If the
Contractor fails to or is unable to take out and maintain in effect
any such insurances, the Contractor shall nevertheless have no
liability or responsibility towards the Employer, and the
Contractor shall have full recourse against the Employer for any
and all liabilities of the Employer herein.

34.7 Unless otherwise provided in the Contract, the Contractor shall


prepare and conduct all and any claims made under the policies
effected by it pursuant to this GCC Clause 34, and all monies
payable by any insurers shall be paid to the Contractor. The
Employer shall give to the Contractor all such reasonable
assistance as may be required by the Contractor. With respect to
insurance claims in which the Employer’s interest is involved,
the Contractor shall not give any release or make any
compromise with the insurer without the prior written consent of
the Employer. With respect to insurance claims in which the
Contractor’s interest is involved, the Employer shall not give
any release or make any compromise with the insurer without
the prior written consent of the Contractor.

35. Unforeseen 35.1 If, during the execution of the Contract, the Contractor shall
Conditions encounter on the Site any physical conditions other than climatic
conditions, or artificial obstructions that could not have been
reasonably foreseen prior to the date of the Contract Agreement
by an experienced contractor on the basis of reasonable
examination of the data relating to the Facilities including any
data as to boring tests, provided by the Employer, and on the
basis of information that it could have obtained from a visual
inspection of the Site if access thereto was available, or other
data readily available to it relating to the Facilities, and if the
Contractor determines that it will in consequence of such
conditions or obstructions incur additional cost and expense or
require additional time to perform its obligations under the
Contract that would not have been required if such physical
conditions or artificial obstructions had not been encountered,
the Contractor shall promptly, and before performing additional

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 493

work or using additional Plant or Contractor’s Equipment, notify


the Project Manager in writing of

(a) the physical conditions or artificial obstructions on the Site


that could not have been reasonably foreseen;

(b) the additional work and/or Plant and/or Contractor’s


Equipment required, including the steps which the
Contractor will or proposes to take to overcome such
conditions or obstructions;

(c) the extent of the anticipated delay; and

(d) the additional cost and expense that the Contractor is likely
to incur.

On receiving any notice from the Contractor under this GCC


Sub-Clause 35.1, the Project Manager shall promptly consult
with the Employer and Contractor and decide upon the actions to
be taken to overcome the physical conditions or artificial
obstructions encountered. Following such consultations, the
Project Manager shall instruct the Contractor, with a copy to the
Employer, of the actions to be taken.

35.2 Any reasonable additional cost and expense incurred by the


Contractor in following the instructions from the Project
Manager to overcome such physical conditions or artificial
obstructions referred to in GCC Sub-Clause 35.1 shall be paid by
the Employer to the Contractor as an addition to the Contract
Price.

If the Contractor is delayed or impeded in the performance of the


Contract because of any such physical conditions or artificial
obstructions referred to in GCC Sub-Clause 35.1, the Time for
Completion shall be extended in accordance with GCC Clause
40.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 494

36. Change in 36.1 If, after the date twenty-eight (28) days prior to the date of Bid
Laws and submission, in the country where the Site is located, any law,
Regulations regulation, ordinance, order or by-law having the force of law is
enacted, promulgated, abrogated or changed which shall be
deemed to include any change in interpretation or application by
the competent authorities, that subsequently affects the costs and
expenses of the Contractor and/or the Time for Completion, the
Contract Price shall be correspondingly increased or decreased,
and/or the Time for Completion shall be reasonably adjusted to
the extent that the Contractor has thereby been affected in the
performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced costs
shall not be separately paid or credited if the same has already
been accounted for in the price adjustment provisions where
applicable, in accordance with the PCC pursuant to GCC Sub-
Clause 11.2.

37. Force 37.1 “Force Majeure” shall mean any event beyond the reasonable
Majeure control of the Employer or of the Contractor, as the case may be,
and which is unavoidable notwithstanding the reasonable care of
the Party affected, and shall include, without limitation, the
following:

(a) war, hostilities or warlike operations whether a state of


war be declared or not, invasion, act of foreign enemy and
civil war

(b) rebellion, revolution, insurrection, mutiny, usurpation of


civil or military government, conspiracy, riot, civil
commotion and terrorist acts

(c) confiscation, nationalization, mobilization, commandeering


or requisition by or under the order of any government or de
jure or de facto authority or ruler or any other act or failure to
act of any local state or national government authority

(d) strike, sabotage, lockout, embargo, import restriction, port


congestion, lack of usual means of public transportation
and communication, industrial dispute, shipwreck,
shortage or restriction of power supply, epidemics,
quarantine and plague

(e) earthquake, landslide, volcanic activity, fire, flood or


inundation, tidal wave, typhoon or cyclone, hurricane,
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 495

storm, lightning, or other inclement weather condition,


nuclear and pressure waves or other natural or physical
disaster

(f) shortage of labor, materials or utilities where caused by


circumstances that are themselves Force Majeure.

37.2 If either Party is prevented, hindered or delayed from or in


performing any of its obligations under the Contract by an event
of Force Majeure, then it shall notify the other in writing of the
occurrence of such event and the circumstances thereof within
fourteen (14) days after the occurrence of such event.

37.3 The Party who has given such notice shall be excused from the
performance or punctual performance of its obligations under
the Contract for so long as the relevant event of Force Majeure
continues and to the extent that such Party’s performance is
prevented, hindered or delayed. The Time for Completion shall
be extended in accordance with GCC Clause 40.

37.4 The Party or Parties affected by the event of Force Majeure shall
use reasonable efforts to mitigate the effect thereof upon its or
their performance of the Contract and to fulfill its or their
obligations under the Contract, but without prejudice to either
Party’s right to terminate the Contract under GCC Sub-Clauses
37.6 and 38.5.

37.5 No delay or nonperformance by either Party hereto caused by


the occurrence of any event of Force Majeure shall

(a) constitute a default or breach of the Contract, or

(b) give rise to any claim for damages or additional cost or


expense occasioned thereby, subject to GCC Sub-Clauses
32.2, 38.3 and 38.4

if and to the extent that such delay or nonperformance is caused


by the occurrence of an event of Force Majeure.

37.6 If the performance of the Contract is substantially prevented,


hindered or delayed for a single period of more than sixty (60)
days or an aggregate period of more than one hundred and
twenty (120) days on account of one or more events of Force
Majeure during the currency of the Contract, the Parties will
attempt to develop a mutually satisfactory solution, failing which
either Party may terminate the Contract by giving a notice to the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 496

other, but without prejudice to either Party’s right to terminate


the Contract under GCC Sub-Clause 38.5.

37.7 In the event of termination pursuant to GCC Sub-Clause 37.6,


the rights and obligations of the Employer and the Contractor
shall be as specified in GCC Sub-Clauses 42.1.2 and 42.1.3.

37.8 Notwithstanding GCC Sub-Clause 37.5, Force Majeure shall not


apply to any obligation of the Employer to make payments to the
Contractor herein.

38. War Risks 38.1 “War Risks” shall mean any event specified in paragraphs (a)
and (b) of GCC Sub-Clause 37.1 and any explosion or impact of
any mine, bomb, shell, grenade or other projectile, missile,
munitions or explosive of war, occurring or existing in or near
the country (or countries) where the Site is located.

38.2 Notwithstanding anything contained in the Contract, the Contractor


shall have no liability whatsoever for or with respect to

(a) destruction of or damage to Facilities, Plant, or any part


thereof;

(b) destruction of or damage to property of the Employer or


any third Party; or

(c) injury or loss of life

if such destruction, damage, injury or loss of life is caused by


any War Risks, and the Employer shall indemnify and hold the
Contractor harmless from and against any and all claims,
liabilities, actions, lawsuits, damages, costs, charges or expenses
arising in consequence of or in connection with the same.

38.3 If the Facilities or any Plant or Contractor’s Equipment or any


other property of the Contractor used or intended to be used for
the purposes of the Facilities shall sustain destruction or damage
by reason of any War Risks, the Employer shall pay the
Contractor for

(a) any part of the Facilities or the Plant so destroyed or


damaged to the extent not already paid for by the
Employer

and so far as may be required by the Employer, and as may

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 497

be necessary for completion of the Facilities

(b) replacing or making good any Contractor’s Equipment or


other property of the Contractor so destroyed or damaged

(c) replacing or making good any such destruction or damage


to the Facilities or the Plant or any part thereof .

If the Employer does not require the Contractor to replace or


make good any such destruction or damage to the Facilities, the
Employer shall either request a change in accordance with GCC
Clause 39, excluding the performance of that part of the
Facilities thereby destroyed or damaged or, where the loss,
destruction or damage affects a substantial part of the Facilities,
shall terminate the Contract, pursuant to GCC Sub-Clause 42.1.

If the Employer requires the Contractor to replace or make good


on any such destruction or damage to the Facilities, the Time for
Completion shall be extended in accordance with GCC 40.

38.4 Notwithstanding anything contained in the Contract, the


Employer shall pay the Contractor for any increased costs or
incidentals to the execution of the Contract that are in any way
attributable to, consequent on, resulting from, or in any way
connected with any War Risks, provided that the Contractor
shall as soon as practicable notify the Employer in writing of any
such increased cost.

38.5 If during the performance of the Contract any War Risks shall
occur that financially or otherwise materially affect the
execution of the Contract by the Contractor, the Contractor shall
use its reasonable efforts to execute the Contract with due and
proper consideration given to the safety of its and its
Subcontractors’ personnel engaged in the work on the Facilities,
provided, however, that if the execution of the work on the
Facilities becomes impossible or is substantially prevented for a
single period of more than sixty (60) days or an aggregate period
of more than one hundred and twenty (120) days on account of
any War Risks, the Parties will attempt to develop a mutually
satisfactory solution, failing which either Party may terminate
the Contract by giving a notice to the other.

38.6 In the event of termination pursuant to GCC Sub-Clauses 38.3 or


38.5, the rights and obligations of the Employer and the
Contractor shall be specified in GCC Sub-Clauses 42.1.2 and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 498

42.1.3.

H. Change in Contract Elements

39. Change in the 39.1 Introducing a Change


Facilities
39.1.1 Subject to GCC Sub-Clauses 39.2.5 and 39.2.7, the
Employer shall have the right to propose, and subsequently
require, that the Project Manager order the Contractor
from time to time during the performance of the Contract
to make any change, modification, addition or deletion to,
in or from the Facilities hereinafter called “Change”,
provided that such Change falls within the general scope
of the Facilities and does not constitute unrelated work and
that it is technically practicable, taking into account both
the state of advancement of the Facilities and the technical
compatibility of the Change envisaged with the nature of
the Facilities as specified in the Contract.

39.1.2 Value Engineering: The Contractor may prepare, at its


own cost, a value engineering proposal at any time during
the performance of the contract. The value engineering
proposal shall, at a minimum, include the following;

(a) the proposed change(s), and a description of the


difference to the existing contract requirements;

(b) a full cost/benefit analysis of the proposed


change(s) including a description and estimate of costs
(including life cycle costs) the Employer may incur in
implementing the value engineering proposal; and

(c) a description of any effect(s) of the change on


performance/functionality.

The Employer may accept the value engineering proposal


if the proposal demonstrates benefits that:

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 499

(a) accelerates the delivery period; or

(b) reduces the Contract Price or the life cycle costs to


the Employer; or

(c) improves the quality, efficiency, safety or


sustainability of the Facilities; or

(d) yields any other benefits to the Employer,

without compromising the necessary functions of the


Facilities.

If the value engineering proposal is approved by the


Employer and results in:

(a) a reduction of the Contract Price; the amount to be


paid to the Contractor shall be the percentage specified
in the PCC of the reduction in the Contract Price; or

(b) an increase in the Contract Price; but results in a


reduction in life cycle costs due to any benefit
described in (a) to (d) above, the amount to be paid to
the Contractor shall be the full increase in the Contract
Price.

39.1.3 Notwithstanding GCC Sub-Clauses 39.1.1 and 39.1.2,


no change made necessary because of any default of the
Contractor in the performance of its obligations under the
Contract shall be deemed to be a Change, and such change
shall not result in any adjustment of the Contract Price or
the Time for Completion.

39.1.4 The procedure on how to proceed with and execute


Changes is specified in GCC Sub-Clauses 39.2 and 39.3,
and further details and forms are provided in the
Employer’s Requirements (Forms and Procedures).

39.2 Changes Originating from Employer

39.2.1 If the Employer proposes a Change pursuant to GCC


Sub-Clause 39.1.1, it shall send to the Contractor a
“Request for Change Proposal,” requiring the Contractor
to prepare and furnish to the Project Manager as soon as
reasonably practicable a “Change Proposal,” which shall

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 500

include the following:

(a) brief description of the Change

(b) effect on the Time for Completion

(c) estimated cost of the Change

(d) effect on Functional Guarantees (if any)

(e) effect on the Facilities

(f) effect on any other provisions of the Contract.

39.2.2 Prior to preparing and submitting the “Change Proposal,”


the Contractor shall submit to the Project Manager an
“Estimate for Change Proposal,” which shall be an
estimate of the cost of preparing and submitting the
Change Proposal.

Upon receipt of the Contractor’s Estimate for Change


Proposal, the Employer shall do one of the following:

(a) accept the Contractor’s estimate with instructions


to the Contractor to proceed with the preparation
of the Change Proposal

(b) advise the Contractor of any part of its Estimate


for Change Proposal that is unacceptable and
request the Contractor to review its estimate

(c) advise the Contractor that the Employer does not


intend to proceed with the Change.

39.2.3 Upon receipt of the Employer’s instruction to proceed


under GCC Sub-Clause 39.2.2 (a), the Contractor shall,
with proper expedition, proceed with the preparation of
the Change Proposal, in accordance with GCC Sub-
Clause 39.2.1.

39.2.4 The pricing of any Change shall, as far as practicable, be


calculated in accordance with the rates and prices
included in the Contract. If such rates and prices are
inequitable, the Parties thereto shall agree on specific
rates for the valuation of the Change.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 501

39.2.5 If before or during the preparation of the Change


Proposal it becomes apparent that the aggregate effect of
compliance therewith and with all other Change Orders
that have already become binding upon the Contractor
under this GCC Clause 39 would be to increase or
decrease the Contract Price as originally set forth in
Article 2 (Contract Price) of the Contract Agreement by
more than fifteen percent (15%), the Contractor may give
a written notice of objection thereto prior to furnishing
the Change Proposal as aforesaid. If the Employer
accepts the Contractor’s objection, the Employer shall
withdraw the proposed Change and shall notify the
Contractor in writing thereof.

The Contractor’s failure to so object shall neither affect


its right to object to any subsequent requested Changes or
Change Orders herein, nor affect its right to take into
account, when making such subsequent objection, the
percentage increase or decrease in the Contract Price that
any Change not objected to by the Contractor represents.

39.2.6 Upon receipt of the Change Proposal, the Employer and


the Contractor shall mutually agree upon all matters
therein contained. Within fourteen (14) days after such
agreement, the Employer shall, if it intends to proceed
with the Change, issue the Contractor with a Change
Order.

If the Employer is unable to reach a decision within


fourteen (14) days, it shall notify the Contractor with
details of when the Contractor can expect a decision.

If the Employer decides not to proceed with the Change


for whatever reason, it shall, within the said period of
fourteen (14) days, notify the Contractor accordingly.
Under such circumstances, the Contractor shall be
entitled to reimbursement of all costs reasonably incurred
by it in the preparation of the Change Proposal, provided
that these do not exceed the amount given by the
Contractor in its Estimate for Change Proposal submitted
in accordance with GCC Sub-Clause 39.2.2.

39.2.7 If the Employer and the Contractor cannot reach


agreement on the price for the Change, an equitable
adjustment to the Time for Completion, or any other

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 502

matters identified in the Change Proposal, the Employer


may nevertheless instruct the Contractor to proceed with
the Change by issue of a “Pending Agreement Change
Order.”

Upon receipt of a Pending Agreement Change Order, the


Contractor shall immediately proceed with effecting the
Changes covered by such Order. The Parties shall
thereafter attempt to reach agreement on the outstanding
issues under the Change Proposal.

If the Parties cannot reach agreement within sixty (60)


days from the date of issue of the Pending Agreement
Change Order, then the matter may be referred to the
Dispute Board in accordance with the provisions of GCC
Sub-Clause 46.1.

39.3 Changes Originating from Contractor

39.3.1 If the Contractor proposes a Change pursuant to GCC


Sub-Clause 39.1.2, the Contractor shall submit to the
Project Manager a written “Application for Change
Proposal,” giving reasons for the proposed Change and
including the information specified in GCC Sub-Clause
39.1.2.

Upon receipt of the Application for Change Proposal, the


Parties shall follow the procedures outlined in GCC Sub-
Clauses 39.2.6 and 39.2.7. However, the Contractor shall
not be entitled to recover the costs of preparing the
Application for Change Proposal.

40. Extension of 40.1 The Time(s) for Completion specified in the PCC pursuant to
Time for GCC Sub-Clause 8.2 shall be extended if the Contractor is
Completion delayed or impeded in the performance of any of its obligations
under the Contract by reason of any of the following:

(a) any Change in the Facilities as provided in GCC Clause 39

(b) any occurrence of Force Majeure as provided in GCC


Clause 37, unforeseen conditions as provided in GCC
Clause 35, or other occurrence of any of the matters
specified or referred to in paragraphs (a), (b) and (c) of
GCC Sub-Clause 32.2

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 503

(c) any suspension order given by the Employer under GCC


Clause 41 hereof or reduction in the rate of progress
pursuant to GCC Sub-Clause 41.2 or

(d) any changes in laws and regulations as provided in GCC


Clause 36 or

(e) any default or breach of the Contract by the Employer,


Appendix to the Contract Agreement titled ,or any activity,
act or omission of the Employer, or the Project Manager,
or any other contractors employed by the Employer, or

(f) any delay on the part of a Subcontractor, provided such


delay is due to a cause for which the Contractor himself
would have been entitled to an extension of time under this
sub-clause, or

(g) delays attributable to the Employer or caused by customs,


or

(h) any other matter specifically mentioned in the Contract

by such period as shall be fair and reasonable in all the


circumstances and as shall fairly reflect the delay or impediment
sustained by the Contractor.

40.2 Except where otherwise specifically provided in the Contract,


the Contractor shall submit to the Project Manager a notice of a
claim for an extension of the Time for Completion, together with
particulars of the event or circumstance justifying such extension
as soon as reasonably practicable after the commencement of
such event or circumstance. As soon as reasonably practicable
after receipt of such notice and supporting particulars of the
claim, the Employer and the Contractor shall agree upon the
period of such extension. In the event that the Contractor does
not accept the Employer’s estimate of a fair and reasonable time
extension, the Contractor shall be entitled to refer the matter to a
Dispute Board, pursuant to GCC Sub-Clause 46.1.

40.3 The Contractor shall at all times use its reasonable efforts to
minimize any delay in the performance of its obligations under
the Contract.

40.4 In all cases where the Contractor has given a notice of a claim for
an extension of time under GCC 40.2, the Contractor shall
consult with the Project Manager in order to determine the steps

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 504

(if any) which can be taken to overcome or minimize the actual


or anticipated delay. The Contractor shall there after comply with
all reasonable instructions which the Project Manager shall give
in order to minimize such delay. If compliance with such
instructions shall cause the Contractor to incur extra costs and
the Contractor is entitled to an extension of time under GCC
40.1, the amount of such extra costs shall be added to the
Contract Price.

41. Suspension 41.1 The Employer may request the Project Manager, by notice to the
Contractor, to order the Contractor to suspend performance of
any or all of its obligations under the Contract. Such notice shall
specify the obligation of which performance is to be suspended,
the effective date of the suspension and the reasons therefor.
The Contractor shall thereupon suspend performance of such
obligation, except those obligations necessary for the care or
preservation of the Facilities, until ordered in writing to resume
such performance by the Project Manager.

If, by virtue of a suspension order given by the Project Manager,


other than by reason of the Contractor’s default or breach of the
Contract, the Contractor’s performance of any of its obligations
is suspended for an aggregate period of more than ninety (90)
days, then at any time thereafter and provided that at that time
such performance is still suspended, the Contractor may give a
notice to the Project Manager requiring that the Employer shall,
within twenty-eight (28) days of receipt of the notice, order the
resumption of such performance or request and subsequently
order a change in accordance with GCC Clause 39, excluding
the performance of the suspended obligations from the Contract.

If the Employer fails to do so within such period, the Contractor


may, by a further notice to the Project Manager, elect to treat the
suspension, where it affects a part only of the Facilities, as a
deletion of such part in accordance with GCC Clause 39 or,
where it affects the whole of the Facilities, as termination of the
Contract under GCC Sub-Clause 42.1.

41.2 If

(a) the Employer has failed to pay the Contractor any sum due
under the Contract within the specified period, has failed
to approve any invoice or supporting documents without
just cause pursuant to the Appendix to the Contract

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 505

Agreement titled Terms and Procedures of Payment, or


commits a substantial breach of the Contract, the
Contractor may give a notice to the Employer that requires
payment of such sum, with interest thereon as stipulated in
GCC Sub-Clause 12.3, requires approval of such invoice
or supporting documents, or specifies the breach and
requires the Employer to remedy the same, as the case may
be. If the Employer fails to pay such sum together with
such interest, fails to approve such invoice or supporting
documents or give its reasons for withholding such
approval, or fails to remedy the breach or take steps to
remedy the breach within fourteen (14) days after receipt
of the Contractor’s notice or

(b) the Contractor is unable to carry out any of its obligations


under the Contract for any reason attributable to the
Employer, including but not limited to the Employer’s
failure to provide possession of or access to the Site or
other areas in accordance with GCC Sub-Clause 10.2, or
failure to obtain any governmental permit necessary for
the execution and/or completion of the Facilities,

then the Contractor may by fourteen (14) days’ notice to


the Employer suspend performance of all or any of its
obligations under the Contract, or reduce the rate of
progress.

41.3 If the Contractor’s performance of its obligations is suspended or


the rate of progress is reduced pursuant to this GCC Clause 41,
then the Time for Completion shall be extended in accordance
with GCC Sub-Clause 40.1, and any and all additional costs or
expenses incurred by the Contractor as a result of such
suspension or reduction shall be paid by the Employer to the
Contractor in addition to the Contract Price, except in the case of
suspension order or reduction in the rate of progress by reason of
the Contractor’s default or breach of the Contract.

41.4 During the period of suspension, the Contractor shall not remove
from the Site any Plant, any part of the Facilities or any
Contractor’s Equipment, without the prior written consent of the
Employer.

42. Termination 42.1 Termination for Employer’s Convenience

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 506

42.1.1 The Employer may at any time terminate the Contract for
any reason by giving the Contractor a notice of
termination that refers to this GCC Sub-Clause 42.1.

42.1.2 Upon receipt of the notice of termination under GCC


Sub-Clause 42.1.1, the Contractor shall either
immediately or upon the date specified in the notice of
termination

(a) cease all further work, except for such work as the
Employer may specify in the notice of termination
for the sole purpose of protecting that part of the
Facilities already executed, or any work required to
leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be


assigned to the Employer pursuant to paragraph (d)
(ii) below

(c) remove all Contractor’s Equipment from the Site,


repatriate the Contractor’s and its Subcontractors’
personnel from the Site, remove from the Site any
wreckage, rubbish and debris of any kind, and leave
the whole of the Site in a clean and safe condition,
and

(d) subject to the payment specified in GCC Sub-Clause


42.1.3,

(i) deliver to the Employer the parts of the


Facilities executed by the Contractor up to the
date of termination

(ii) to the extent legally possible, assign to the


Employer all right, title and benefit of the
Contractor to the Facilities and to the Plant as
of the date of termination, and, as may be
required by the Employer, in any subcontracts
concluded between the Contractor and its
Subcontractors; and

(iii) deliver to the Employer all non-proprietary


drawings, specifications and other documents
prepared by the Contractor or its
Subcontractors as at the date of termination in

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 507

connection with the Facilities.

42.1.3 In the event of termination of the Contract under GCC


Sub-Clause 42.1.1, the Employer shall pay to the
Contractor the following amounts:

(a) the Contract Price, properly attributable to the parts


of the Facilities executed by the Contractor as of the
date of termination

(b) the costs reasonably incurred by the Contractor in


the removal of the Contractor’s Equipment from the
Site and in the repatriation of the Contractor’s and its
Subcontractors’ personnel

(c) any amounts to be paid by the Contractor to its


Subcontractors in connection with the termination of
any subcontracts, including any cancellation charges

(d) costs incurred by the Contractor in protecting the


Facilities and leaving the Site in a clean and safe
condition pursuant to paragraph (a) of GCC Sub-
Clause 42.1.2

(e) the cost of satisfying all other obligations,


commitments and claims that the Contractor may in
good faith have undertaken with third Parties in
connection with the Contract and that are not
covered by paragraphs (a) through (d) above.

42.2 Termination for Contractor’s Default

42.2.1 The Employer, without prejudice to any other rights or


remedies it may possess, may terminate the Contract
forthwith in the following circumstances by giving a
notice of termination and its reasons therefor to the
Contractor, referring to this GCC Sub-Clause 42.2:

(a) if the Contractor becomes bankrupt or insolvent, has


a receiving order issued against it, compounds with
its creditors, or, if the Contractor is a corporation, a
resolution is passed or order is made for its winding
up, other than a voluntary liquidation for the
purposes of amalgamation or reconstruction, a
receiver is appointed over any part of its undertaking
or assets, or if the Contractor takes or suffers any

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 508

other analogous action in consequence of debt

(b) if the Contractor assigns or transfers the Contract or


any right or interest therein in violation of the
provision of GCC Clause 43.

(c) if the Contractor, in the judgment of the Employer


has engaged in Fraud and Corruption, as defined in
paragrpah 2.2 a. of Appendix B to the GCC, in
competing for or in executing the Contract.

42.2.2 If the Contractor

(a) has abandoned or repudiated the Contract

(b) has without valid reason failed to commence work


on the Facilities promptly or has suspended, other
than pursuant to GCC Sub-Clause 41.2, the progress
of Contract performance for more than twenty-eight
(28) days after receiving a written instruction from
the Employer to proceed

(c) persistently fails to execute the Contract in


accordance with the Contract or persistently neglects
to carry out its obligations under the Contract
without just cause

(d) refuses or is unable to provide sufficient materials,


services or labor to execute and complete the
Facilities in the manner specified in the program
furnished under GCC Sub-Clause 18.2 at rates of
progress that give reasonable assurance to the
Employer that the Contractor can attain Completion
of the Facilities by the Time for Completion as
extended,

then the Employer may, without prejudice to any other


rights it may possess under the Contract, give a notice to
the Contractor stating the nature of the default and
requiring the Contractor to remedy the same. If the
Contractor fails to remedy or to take steps to remedy the
same within fourteen (14) days of its receipt of such
notice, then the Employer may terminate the Contract
forthwith by giving a notice of termination to the
Contractor that refers to this GCC Sub-Clause 42.2.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 509

42.2.3 Upon receipt of the notice of termination under GCC


Sub-Clauses 42.2.1 or 42.2.2, the Contractor shall, either
immediately or upon such date as is specified in the notice
of termination,

(a) cease all further work, except for such work as the
Employer may specify in the notice of termination
for the sole purpose of protecting that part of the
Facilities already executed, or any work required to
leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be


assigned to the Employer pursuant to paragraph (d)
below

(c) deliver to the Employer the parts of the Facilities


executed by the Contractor up to the date of
termination

(d) to the extent legally possible, assign to the Employer


all right, title and benefit of the Contractor to the
Facilities and to the Plant as of the date of
termination, and, as may be required by the
Employer, in any subcontracts concluded between
the Contractor and its Subcontractors

(e) deliver to the Employer all drawings, specifications


and other documents prepared by the Contractor or
its Subcontractors as of the date of termination in
connection with the Facilities.

42.2.4 The Employer may enter upon the Site, expel the
Contractor, and complete the Facilities itself or by
employing any third Party. The Employer may, to the
exclusion of any right of the Contractor over the same,
take over and use with the payment of a fair rental rate to
the Contractor, with all the maintenance costs to the
account of the Employer and with an indemnification by
the Employer for all liability including damage or injury to
persons arising out of the Employer’s use of such
equipment, any Contractor’s Equipment owned by the
Contractor and on the Site in connection with the Facilities
for such reasonable period as the Employer considers
expedient for the supply and installation of the Facilities.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 510

Upon completion of the Facilities or at such earlier date as


the Employer thinks appropriate, the Employer shall give
notice to the Contractor that such Contractor’s Equipment
will be returned to the Contractor at or near the Site and
shall return such Contractor’s Equipment to the Contractor
in accordance with such notice. The Contractor shall
thereafter without delay and at its cost remove or arrange
removal of the same from the Site.

42.2.5 Subject to GCC Sub-Clause 42.2.6, the Contractor shall


be entitled to be paid the Contract Price attributable to the
Facilities executed as of the date of termination, the value
of any unused or partially used Plant on the Site, and the
costs, if any, incurred in protecting the Facilities and in
leaving the Site in a clean and safe condition pursuant to
paragraph (a) of GCC Sub-Clause 42.2.3. Any sums due
the Employer from the Contractor accruing prior to the
date of termination shall be deducted from the amount to
be paid to the Contractor under this Contract.

42.2.6 If the Employer completes the Facilities, the cost of


completing the Facilities by the Employer shall be
determined.

If the sum that the Contractor is entitled to be paid,


pursuant to GCC Sub-Clause 42.2.5, plus the reasonable
costs incurred by the Employer in completing the
Facilities, exceeds the Contract Price, the Contractor shall
be liable for such excess.

If such excess is greater than the sums due the Contractor


under GCC Sub-Clause 42.2.5, the Contractor shall pay
the balance to the Employer, and if such excess is less than
the sums due the Contractor under GCC Sub-Clause
42.2.5, the Employer shall pay the balance to the
Contractor.

The Employer and the Contractor shall agree, in writing,


on the computation described above and the manner in
which any sums shall be paid.

42.3 Termination by the Contractor

42.3.1 If

(a) the Employer has failed to pay the Contractor any


Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 511

sum due under the Contract within the specified


period, has failed to approve any invoice or
supporting documents without just cause pursuant
to the Appendix to the Contract Agreement titled
Terms and Procedures of Payment, or commits a
substantial breach of the Contract, the Contractor
may give a notice to the Employer that requires
payment of such sum, with interest thereon as
stipulated in GCC Sub-Clause 12.3, requires
approval of such invoice or supporting documents,
or specifies the breach and requires the Employer to
remedy the same, as the case may be. If the
Employer fails to pay such sum together with such
interest, fails to approve such invoice or supporting
documents or give its reasons for withholding such
approval, fails to remedy the breach or take steps to
remedy the breach within fourteen (14) days after
receipt of the Contractor’s notice, or

(b) the Contractor is unable to carry out any of its


obligations under the Contract for any reason
attributable to the Employer, including but not
limited to the Employer’s failure to provide
possession of or access to the Site or other areas or
failure to obtain any governmental permit necessary
for the execution and/or completion of the
Facilities,

then the Contractor may give a notice to the Employer


thereof, and if the Employer has failed to pay the
outstanding sum, to approve the invoice or supporting
documents, to give its reasons for withholding such
approval, or to remedy the breach within twenty-eight (28)
days of such notice, or if the Contractor is still unable to
carry out any of its obligations under the Contract for any
reason attributable to the Employer within twenty-eight
(28) days of the said notice, the Contractor may by a
further notice to the Employer referring to this GCC Sub-
Clause 42.3.1, forthwith terminate the Contract.

42.3.2 The Contractor may terminate the Contract forthwith by


giving a notice to the Employer to that effect, referring to
this GCC Sub-Clause 42.3.2, if the Employer becomes
bankrupt or insolvent, has a receiving order issued against
it, compounds with its creditors, or, being a corporation, if

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 512

a resolution is passed or order is made for its winding up


(other than a voluntary liquidation for the purposes of
amalgamation or reconstruction), a receiver is appointed
over any part of its undertaking or assets, or if the
Employer takes or suffers any other analogous action in
consequence of debt.

42.3.3 If the Contract is terminated under GCC Sub-Clauses


42.3.1 or 42.3.2, then the Contractor shall immediately

(a) cease all further work, except for such work as may
be necessary for the purpose of protecting that part
of the Facilities already executed, or any work
required to leave the Site in a clean and safe
condition

(b) terminate all subcontracts, except those to be


assigned to the Employer pursuant to paragraph (d)
(ii)

(c) remove all Contractor’s Equipment from the Site


and repatriate the Contractor’s and its
Subcontractors’ personnel from the Site, and

(d) subject to the payment specified in GCC Sub-


Clause 42.3.4,

(i) deliver to the Employer the parts of the


Facilities executed by the Contractor up to the
date of termination

(ii) to the extent legally possible, assign to the


Employer all right, title and benefit of the
Contractor to the Facilities and to the Plant as
of the date of termination, and, as may be
required by the Employer, in any subcontracts
concluded between the Contractor and its
Subcontractors, and

(iii) deliver to the Employer all drawings,


specifications and other documents prepared
by the Contractor or its Subcontractors as of
the date of termination in connection with the
Facilities.

42.3.4 If the Contract is terminated under GCC Sub-Clauses

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 513

42.3.1 or 42.3.2, the Employer shall pay to the Contractor


all payments specified in GCC Sub-Clause 42.1.3, and
reasonable compensation for all loss, except for loss of
profit, or damage sustained by the Contractor arising out
of, in connection with or in consequence of such
termination.

42.3.5 Termination by the Contractor pursuant to this GCC


Sub-Clause 42.3 is without prejudice to any other rights or
remedies of the Contractor that may be exercised in lieu of
or in addition to rights conferred by GCC Sub-Clause 42.3.

42.4 In this GCC Clause 42, the expression “Facilities executed” shall
include all work executed, Installation Services provided, and all
Plant acquired, or subject to a legally binding obligation to
purchase, by the Contractor and used or intended to be used for
the purpose of the Facilities, up to and including the date of
termination.

42.5 In this GCC Clause 42, in calculating any monies due from the
Employer to the Contractor, account shall be taken of any sum
previously paid by the Employer to the Contractor under the
Contract, including any advance payment paid pursuant to the
Appendix to the Contract Agreement titled Terms and Procedures
of Payment.

43. Assignment 43.1 Neither the Employer nor the Contractor shall, without the
express prior written consent of the other Party, which consent
shall not be unreasonably withheld, assign to any third Party the
Contract or any part thereof, or any right, benefit, obligation or
interest therein or thereunder, except that the Contractor shall be
entitled to assign either absolutely or by way of charge any
monies due and payable to it or that may become due and
payable to it under the Contract.

44. Export 44.1 Notwithstanding any obligation under the Contract to complete
Restrictions all export formalities, any export restrictions attributable to the
Employer, to the country of the Employer or to the use of the
Plant and Installation Services to be supplied which arise from
trade regulations from a country supplying those Plant and
Installation Services, and which substantially impede the
Contractor from meeting its obligations under the Contract, shall
release the Contractor from the obligation to provide deliveries

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 514

or services, always provided, however, that the Contractor can


demonstrate to the satisfaction of the Employer and of the Bank
that it has completed all formalities in a timely manner,
including applying for permits, authorizations and licenses
necessary for the export of the Plant and Installation Services
under the terms of the Contract. Termination of the Contract on
this basis shall be for the Employer’s convenience pursuant to
Sub-Clause 42.1.

I. Claims, Disputes and Arbitration

45. Contractor’s 45.1 If the Contractor considers himself to be entitled to any extension
Claims of the Time for Completion and/or any additional payment, under
any Clause of these Conditions or otherwise in connection with
the Contract, the Contractor shall submit a notice to the Project
Manager, describing the event or circumstance giving rise to the
claim. The notice shall be given as soon as practicable, and not
later than 28 days after the Contractor became aware, or should
have become aware, of the event or circumstance.

If the Contractor fails to give notice of a claim within such period


of 28 days, the Time for Completion shall not be extended, the
Contractor shall not be entitled to additional payment, and the
Employer shall be discharged from all liability in connection
with the claim. Otherwise, the following provisions of this Sub-
Clause shall apply.

The Contractor shall also submit any other notices which are
required by the Contract, and supporting particulars for the claim,
all as relevant to such event or circumstance.

The Contractor shall keep such contemporary records as may be


necessary to substantiate any claim, either on the Site or at
another location acceptable to the Project Manager. Without
admitting the Employer’s liability, the Project Manager may,
after receiving any notice under this Sub-Clause, monitor the
record-keeping and/or instruct the Contractor to keep further
contemporary records. The Contractor shall permit the Project
Manager to inspect all these records, and shall (if instructed)
submit copies to the Project Manager.

Within 42 days after the Contractor became aware (or should


have become aware) of the event or circumstance giving rise to

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 515

the claim, or within such other period as may be proposed by the


Contractor and approved by the Project Manager, the Contractor
shall send to the Project Manager a fully detailed claim which
includes full supporting particulars of the basis of the claim and
of the extension of time and/or additional payment claimed. If the
event or circumstance giving rise to the claim has a continuing
effect:

(a) this fully detailed claim shall be considered as interim;

(b) the Contractor shall send further interim claims at monthly


intervals, giving the accumulated delay and/or amount
claimed, and such further particulars as the Project Manager
may reasonably require; and

(c) the Contractor shall send a final claim within 28 days after
the end of the effects resulting from the event or
circumstance, or within such other period as may be
proposed by the Contractor and approved by the Project
Manager.

Within 42 days after receiving a claim or any further particulars


supporting a previous claim, or within such other period as may
be proposed by the Project Manager and approved by the
Contractor, the Project Manager shall respond with approval, or
with disapproval and detailed comments. He may also request
any necessary further particulars, but shall nevertheless give his
response on the principles of the claim within such time.

Each Payment Certificate shall include such amounts for any


claim as have been reasonably substantiated as due under the
relevant provision of the Contract. Unless and until the
particulars supplied are sufficient to substantiate the whole of the
claim, the Contractor shall only be entitled to payment for such
part of the claim as he has been able to substantiate.

The Project Manager shall agree with the Contractor or estimate:


(i) the extension (if any) of the Time for Completion (before or
after its expiry) in accordance with GCC Clause 40, and/or (ii)
the additional payment (if any) to which the Contractor is entitled
under the Contract.

The requirements of this Sub-Clause are in addition to those of


any other Sub-Clause which may apply to a claim. If the
Contractor fails to comply with this or another Sub-Clause in

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 516

relation to any claim, any extension of time and/or additional


payment shall take account of the extent (if any) to which the
failure has prevented or prejudiced proper investigation of the
claim, unless the claim is excluded under the second paragraph of
this Sub-Clause.

In the event that the Contractor and the Employer cannot agree on
any matter relating to a claim, either Party may refer the matter to
the Dispute Board pursuant to GCC 46 hereof.

46. Disputes and 46.1 Appointment of the Dispute Board


Arbitration
Disputes shall be referred to a DB for decision in accordance
with GCC Sub-Clause 46.3. The Parties shall appoint a DB by
the date stated in the PCC.

The DB shall comprise, as stated in the PCC, either one or three


suitably qualified persons (“the members”), each of whom shall
be fluent in the language for communication defined in the
Contract and shall be a professional experienced in the type of
activities involved in the performance of the Contract and with
the interpretation of contractual documents. If the number is not
so stated and the Parties do not agree otherwise, the DB shall
comprise three persons, one of whom shall serve as chairman.

If the Parties have not jointly appointed the DB 21 days before


the date stated in the PCC and the DB is to comprise three
persons, each Party shall nominate one member for the approval
of the other Party. The first two members shall recommend and
the Parties shall agree upon the third member, who shall act as
chairman.

However, if a list of potential members is included in the PCC,


the members shall be selected from those on the list, other than
anyone who is unable or unwilling to accept appointment to the
DB.

The agreement between the Parties and either the sole member or
each of the three members shall incorporate by reference the
General Conditions of Dispute Board Agreement contained in the
Appendix to these General Conditions, with such amendments as
are agreed between them.

The terms of the remuneration of either the sole member or each


of the three members, including the remuneration of any expert

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 517

whom the DB consults, shall be mutually agreed upon by the


Parties when agreeing the terms of appointment of the member or
such expert (as the case may be). Each Party shall be responsible
for paying one-half of this remuneration.

If a member declines to act or is unable to act as a result of death,


disability, resignation or termination of appointment, a
replacement shall be appointed in the same manner as the
replaced person was required to have been nominated or agreed
upon, as described in this Sub-Clause.

The appointment of any member may be terminated by mutual


agreement of both Parties, but not by the Employer or the
Contractor acting alone. Unless otherwise agreed by both Parties,
the appointment of the DB (including each member) shall expire
when the Operational Acceptance Certificate has been issued in
accordance with GCC Sub-Clause 25.3.

46.2 Failure to Agree on the Composition of the Dispute Board

If any of the following conditions apply, namely:

(a) the Parties fail to agree upon the appointment of the sole
member of the DB by the date stated in the first paragraph
of GCC Sub-Clause 46.1,

(b) either Party fails to nominate a member (for approval by


the other Party) of a DB of three persons by such date,

(c) the Parties fail to agree upon the appointment of the third
member (to act as chairman) of the DB by such date, or

(d) the Parties fail to agree upon the appointment of a


replacement person within 42 days after the date on which
the sole member or one of the three members declines to
act or is unable to act as a result of death, disability,
resignation or termination of appointment,

then the appointing entity or official named in the PCC shall,


upon the request of either or both of the Parties and after due
consultation with both Parties, appoint this member of the DB.
This appointment shall be final and conclusive. Each Party shall
be responsible for paying one-half of the remuneration of the
appointing entity or official.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 518

46.3 Obtaining Dispute Board’s Decision

If a dispute (of any kind whatsoever) arises between the Parties


in connection with the performance of the Contract, including
any dispute as to any certificate, determination, instruction,
opinion or valuation of the Project Manager, either Party may
refer the dispute in writing to the DB for its decision, with copies
to the other Party and the Project Manager. Such reference shall
state that it is given under this Sub-Clause.

For a DB of three persons, the DB shall be deemed to have


received such reference on the date when it is received by the
chairman of the DB.

Both Parties shall promptly make available to the DB all such


additional information, further access to the Site, and appropriate
facilities, as the DB may require for the purposes of making a
decision on such dispute. The DB shall be deemed to be not
acting as arbitrator(s).

Within 84 days after receiving such reference, or within such


other period as may be proposed by the DB and approved by
both Parties, the DB shall give its decision, which shall be
reasoned and shall state that it is given under this Sub-Clause.
The decision shall be binding on both Parties, who shall promptly
give effect to it unless and until it shall be revised in an amicable
settlement or an arbitral award as described below. Unless the
Contract has already been abandoned, repudiated or terminated,
the Contractor shall continue with the performance of the
Facilities in accordance with the Contract.

If either Party is dissatisfied with the DB’s decision, then either


Party may, within 28 days after receiving the decision, give
notice to the other Party of its dissatisfaction and intention to
commence arbitration. If the DB fails to give its decision within
the period of 84 days (or as otherwise approved) after receiving
such reference, then either Party may, within 28 days after this
period has expired, give notice to the other Party of its
dissatisfaction and intention to commence arbitration.

In either event, this notice of dissatisfaction shall state that it is


given under this Sub-Clause, and shall set out the matter in
dispute and the reason(s) for dissatisfaction. Except as stated in
GCC Sub-Clauses 46.6 and 46.7, neither Party shall be entitled to

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 519

commence arbitration of a dispute unless a notice of


dissatisfaction has been given in accordance with this Sub-
Clause.

If the DB has given its decision as to a matter in dispute to both


Parties, and no notice of dissatisfaction has been given by either
Party within 28 days after it received the DB’s decision, then the
decision shall become final and binding upon both Parties.

46.4 Amicable Settlement

Where notice of dissatisfaction has been given under GCC Sub-


Clause 46.3 above, both Parties shall attempt to settle the dispute
amicably before the commencement of arbitration. However,
unless both Parties agree otherwise, arbitration may be
commenced on or after the fifty-sixth day after the day on which
notice of dissatisfaction and intention to commence arbitration
was given, even if no attempt at amicable settlement has been
made.

46.5 Arbitration

Unless indicated otherwise in the PCC, any dispute not settled


amicably and in respect of which the DB’s decision (if any) has
not become final and binding shall be finally settled by
arbitration. Unless otherwise agreed by both Parties, arbitration
shall be conducted as follows:

(a) For contracts with foreign contractors:

(i) international arbitration with proceedings


administered by the international arbitration institution
appointed in the PCC, in accordance with the rules
of arbitration of the appointed institution,

(ii) the place of arbitration shall be the city where the


headquarters of the appointed arbitration institution is
located or such other place selected in accordance
with the applicable arbitration rules; and

(iii) the arbitration shall be conducted in the language for


communications defined in Sub-Clause 5.3; and

(b) For contracts with domestic contractors, arbitration with

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 520

proceedings conducted in accordance with the laws of the


Employer’s Country.

The arbitrator(s) shall have full power to open up, review and
revise any certificate, determination, instruction, opinion or
valuation of the Project Manager, and any decision of the DB,
relevant to the dispute. Nothing shall disqualify the Project
Manager from being called as a witness and giving evidence
before the arbitrator(s) on any matter whatsoever relevant to the
dispute.

Neither Party shall be limited in the proceedings before the


arbitrator(s) to the evidence or arguments previously put before
the DB to obtain its decision, or to the reasons for dissatisfaction
given in its notice of dissatisfaction. Any decision of the DB
shall be admissible in evidence in the arbitration.

Arbitration may be commenced prior to or after completion of


the Works. The obligations of the Parties, the Project Manager
and the DB shall not be altered by reason of any arbitration being
conducted during the progress of the Works.

46.6 Failure to Comply with Dispute Board’s Decision

In the event that a Party fails to comply with a DB decision


which has become final and binding, then the other Party may,
without prejudice to any other rights it may have, refer the failure
itself to arbitration under GCC Sub-Clause 46.5. GCC Sub-
Clauses 46.3 and 46.4 shall not apply to this reference.

46.7 Expiry of Dispute Board’s Appointment

If a dispute arises between the Parties in connection with the


performance of the Contract, and there is no DB in place,
whether by reason of the expiry of the DB’s appointment or
otherwise:

(a) GCC Sub-Clauses 46.3 and 46.4 shall not apply, and

(b) the dispute may be referred directly to arbitration under GCC


Sub-Clause 46.5

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 521

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 522

APPENDIX A
General Conditions of Dispute Board Agreement
1. Definitions
Each “Dispute Board Agreement” is a tripartite agreement by and between:
the “Employer”;
the “Contractor”; and
the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the “DB” and, where this is the case, all references to the
“Other Members” do not apply, or
(ii) one of the three persons who are jointly called the “DB” (or “dispute board”) and,
where this is the case, the other two persons are called the “Other Members”.
The Employer and the Contractor have entered (or intend to enter) into a contract, which is
called the “Contract” and is defined in the Dispute Board Agreement, which incorporates this
Appendix. In the Dispute Board Agreement, words and expressions which are not otherwise
defined shall have the meanings assigned to them in the Contract.
2. General Provisions
Unless otherwise stated in the Dispute Board Agreement, it shall take effect on the latest of
the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor and the Member have each signed the
Dispute Board Agreement, or
(c) when the Employer, the Contractor and each of the Other Members (if any) have
respectively each signed a dispute board agreement.
This employment of the Member is a personal appointment. At any time, the Member may
give not less than 70 days’ notice of resignation to the Employer and to the Contractor, and
the Dispute Board Agreement shall terminate upon the expiry of this period.
3. Warranties
The Member warrants and agrees that he/she is and shall be impartial and independent of the
Employer, the Contractor and the Project Manager. The Member shall promptly disclose, to

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 523

each of them and to the Other Members (if any), any fact or circumstance which might
appear inconsistent with his/her warranty and agreement of impartiality and independence.
When appointing the Member, the Employer and the Contractor relied upon the Member’s
representations that he/she is:
(a) experienced in the work which the Contractor is to carry out under the Contract,
(b) experienced in the interpretation of contract documentation, and
(c) fluent in the language for communications defined in the Contract.
4. General Obligations of the Member
The Member shall:
(a) have no interest financial or otherwise in the Employer, the Contractor or the
Project Manager, nor any financial interest in the Contract except for payment
under the Dispute Board Agreement;
(b) not previously have been employed as a consultant or otherwise by the Employer,
the Contractor or the Project Manager, except in such circumstances as were
disclosed in writing to the Employer and the Contractor before they signed the
Dispute Board Agreement;
(c) have disclosed in writing to the Employer, the Contractor and the Other Members
(if any), before entering into the Dispute Board Agreement and to his/her best
knowledge and recollection, any professional or personal relationships with any
director, officer or employee of the Employer, the Contractor or the Project
Manager, and any previous involvement in the overall project of which the
Contract forms part;
(d) not, for the duration of the Dispute Board Agreement, be employed as a
consultant or otherwise by the Employer, the Contractor or the Project Manager,
except as may be agreed in writing by the Employer, the Contractor and the
Other Members (if any);
(e) comply with the annexed procedural rules and with GCC Sub-Clause 46.3;
(f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the
Contractor’s Personnel concerning the conduct of the Contract, other than in
accordance with the annexed procedural rules;
(g) not while a Member enter into discussions or make any agreement with the
Employer, the Contractor or the Project Manager regarding employment by any
of them, whether as a consultant or otherwise, after ceasing to act under the
Dispute Board Agreement;

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 524

(h) ensure his/her availability for all site visits and hearings as are necessary;
(i) become conversant with the Contract and with the progress of the Facilities (and
of any other parts of the project of which the Contract forms part) by studying all
documents received which shall be maintained in a current working file;
(j) treat the details of the Contract and all the DB’s activities and hearings as private
and confidential, and not publish or disclose them without the prior written
consent of the Employer, the Contractor and the Other Members (if any); and
(k) be available to give advice and opinions, on any matter relevant to the Contract
when requested by both the Employer and the Contractor, subject to the
agreement of the Other Members (if any).
5. General Obligations of the Employer and the Contractor
The Employer, the Contractor, the Employer’s Personnel and the Contractor’s Personnel
shall not request advice from or consultation with the Member regarding the Contract,
otherwise than in the normal course of the DB’s activities under the Contract and the Dispute
Board Agreement. The Employer and the Contractor shall be responsible for compliance with
this provision, by the Employer’s Personnel and the Contractor’s Personnel respectively.
The Employer and the Contractor undertake to each other and to the Member that the
Member shall not, except as otherwise agreed in writing by the Employer, the Contractor, the
Member and the Other Members (if any):
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before
arbitrator(s) appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or
purported discharge of the Member’s functions, unless the act or omission is
shown to have been in bad faith.
The Employer and the Contractor hereby jointly and severally indemnify and hold the
Member harmless against and from claims from which he is relieved from liability under the
preceding paragraph.
Whenever the Employer or the Contractor refers a dispute to the DB under GCC Sub-Clause
46.3, which will require the Member to make a site visit and attend a hearing, the Employer
or the Contractor shall provide appropriate security for a sum equivalent to the reasonable
expenses to be incurred by the Member. No account shall be taken of any other payments due
or paid to the Member.
6. Payment

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 525

The Member shall be paid as follows, in the currency named in the Dispute Board
Agreement:
(a) a retainer fee per calendar month, which shall be considered as payment in full
for:
(i) being available on 28 days’ notice for all site visits and hearings;
(ii) becoming and remaining conversant with all project developments and
maintaining relevant files;
(iii) all office and overhead expenses including secretarial services,
photocopying and office supplies incurred in connection with his duties;
and
(iv) all services performed hereunder except those referred to in sub-paragraphs
(b) and (c) of this Clause.
The retainer fee shall be paid with effect from the last day of the calendar month in which the
Dispute Board Agreement becomes effective; until the last day of the calendar month in
which the Taking-Over Certificate is issued for the whole of the Works.
With effect from the first day of the calendar month following the month in which Taking-
Over Certificate is issued for the whole of the Works, the retainer fee shall be reduced by one
third This reduced fee shall be paid until the first day of the calendar month in which the
Member resigns or the Dispute Board Agreement is otherwise terminated.
(b) a daily fee which shall be considered as payment in full for:
(i) each day or part of a day up to a maximum of two days’ travel time in each
direction for the journey between the Member’s home and the site, or
another location of a meeting with the Other Members (if any);
(ii) each working day on site visits, hearings or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses including necessary travel expenses (air fare in less than
first class, hotel and subsistence and other direct travel expenses) incurred in
connection with the Member’s duties, as well as the cost of telephone calls,
courier charges, faxes and telexes: a receipt shall be required for each item in
excess of five percent of the daily fee referred to in sub-paragraph (b) of this
Clause;
(d) any taxes properly levied in the Country on payments made to the Member
(unless a national or permanent resident of the Country) under this Clause 6.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 526

The retainer and daily fees shall be as specified in the Dispute Board Agreement. Unless it
specifies otherwise, these fees shall remain fixed for the first 24 calendar months, and shall
thereafter be adjusted by agreement between the Employer, the Contractor and the Member,
at each anniversary of the date on which the Dispute Board Agreement became effective.
If the Parties fail to agree on the retainer fee or the daily fee the appointing entity or official
named in the PCC shall determine the amount of the fees to be used.
The Member shall submit invoices for payment of the monthly retainer and air fares quarterly
in advance. Invoices for other expenses and for daily fees shall be submitted following the
conclusion of a site visit or hearing. All invoices shall be accompanied by a brief description
of activities performed during the relevant period and shall be addressed to the Contractor.
The Contractor shall pay each of the Member’s invoices in full within 56 calendar days after
receiving each invoice and shall apply to the Employer (in the Statements under the Contract)
for reimbursement of one-half of the amounts of these invoices. The Employer shall then pay
the Contractor in accordance with the Contract.
If the Contractor fails to pay to the Member the amount to which he/she is entitled under the
Dispute Board Agreement, the Employer shall pay the amount due to the Member and any
other amount which may be required to maintain the operation of the DB; and without
prejudice to the Employer’s rights or remedies. In addition to all other rights arising from this
default, the Employer shall be entitled to reimbursement of all sums paid in excess of one-
half of these payments, plus all costs of recovering these sums and financing charges
calculated at the rate specified in accordance with GCC Sub-Clause 12.3.
If the Member does not receive payment of the amount due within 70 days after submitting a
valid invoice, the Member may (i) suspend his/her services (without notice) until the payment
is received, and/or (ii) resign his/her appointment by giving notice under Clause 7.
7. Termination
At any time: (i) the Employer and the Contractor may jointly terminate the Dispute Board
Agreement by giving 42 days’ notice to the Member; or (ii) the Member may resign as
provided for in Clause 2.
If the Member fails to comply with the Dispute Board Agreement, the Employer and the
Contractor may, without prejudice to their other rights, terminate it by notice to the Member.
The notice shall take effect when received by the Member.
If the Employer or the Contractor fails to comply with the Dispute Board Agreement, the
Member may, without prejudice to his other rights, terminate it by notice to the Employer
and the Contractor. The notice shall take effect when received by them both.
Any such notice, resignation and termination shall be final and binding on the Employer, the
Contractor and the Member. However, a notice by the Employer or the Contractor, but not by
both, shall be of no effect.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 527

8. Default of the Member


If the Member fails to comply with any of his obligations under Clause 4 concerning his
impartiality or independence in relation to the Employer or the Contractor, he/she shall not be
entitled to any fees or expenses hereunder and shall, without prejudice to their other rights,
reimburse each of the Employer and the Contractor for any fees and expenses received by the
Member and the Other Members (if any), for proceedings or decisions (if any) of the DB
which are rendered void or ineffective by the said failure to comply.
9. Disputes
Any dispute or claim arising out of or in connection with this Dispute Board Agreement, or
the breach, termination or invalidity thereof, shall be finally settled by institutional
arbitration. If no other arbitration institute is agreed, the arbitration shall be conducted under
the Rules of Arbitration of the International Chamber of Commerce by one arbitrator
appointed in accordance with these Rules of Arbitration.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 528

Appendix A
DISPUTE BOARD GUIDELINES
1. Unless otherwise agreed by the Employer and the Contractor, the DB shall visit the
site at intervals of not more than 140 days, including times of critical construction events, at
the request of either the Employer or the Contractor. Unless otherwise agreed by the
Employer, the Contractor and the DB, the period between consecutive visits shall not be less
than 70 days, except as required to convene a hearing as described below.
2. The timing of and agenda for each site visit shall be as agreed jointly by the DB, the
Employer and the Contractor, or in the absence of agreement, shall be decided by the DB.
The purpose of site visits is to enable the DB to become and remain acquainted with the
progress of the Works and of any actual or potential problems or claims, and, as far as
reasonable, to prevent potential problems or claims from becoming disputes.
3. Site visits shall be attended by the Employer, the Contractor and the Project Manager
and shall be coordinated by the Employer in co-operation with the Contractor. The Employer
shall ensure the provision of appropriate conference facilities and secretarial and copying
services. At the conclusion of each site visit and before leaving the site, the DB shall prepare
a report on its activities during the visit and shall send copies to the Employer and the
Contractor.
4. The Employer and the Contractor shall furnish to the DB one copy of all documents
which the DB may request, including Contract documents, progress reports, variation
instructions, certificates and other documents pertinent to the performance of the Contract.
All communications between the DB and the Employer or the Contractor shall be copied to
the other Party. If the DB comprises three persons, the Employer and the Contractor shall
send copies of these requested documents and these communications to each of these
persons.
5. If any dispute is referred to the DB in accordance with GCC Sub-Clause 46.3, the DB
shall proceed in accordance with GCC Sub-Clause 46.3 and these Guidelines. Subject to the
time allowed to give notice of a decision and other relevant factors, the DB shall:
(a) act fairly and impartially as between the Employer and the Contractor, giving
each of them a reasonable opportunity of putting his case and responding to
the other’s case, and
(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or
expense.
6. The DB may conduct a hearing on the dispute, in which event it will decide on the
date and place for the hearing and may request that written documentation and arguments
from the Employer and the Contractor be presented to it prior to or at the hearing.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 529

7. Except as otherwise agreed in writing by the Employer and the Contractor, the DB
shall have power to adopt an inquisitorial procedure, to refuse admission to hearings or
audience at hearings to any persons other than representatives of the Employer, the
Contractor and the Project Manager, and to proceed in the absence of any Party who the DB
is satisfied received notice of the hearing; but shall have discretion to decide whether and to
what extent this power may be exercised.
8. The Employer and the Contractor empower the DB, among other things, to:
(a) establish the procedure to be applied in deciding a dispute,
(b) decide upon the DB’s own jurisdiction, and as to the scope of any dispute
referred to it,
(c) conduct any hearing as it thinks fit, not being bound by any rules or
procedures other than those contained in the Contract and these Guidelines,
(d) take the initiative in ascertaining the facts and matters required for a decision,
(e) make use of its own specialist knowledge, if any,
(f) decide upon the payment of financing charges in accordance with the
Contract,
(g) decide upon any provisional relief such as interim or conservatory measures,
(h) open up, review and revise any certificate, decision, determination,
instruction, opinion or valuation of the Project Manager, relevant to the
dispute, and
(i) appoint, should the DB so consider necessary and the Parties agree, a suitable
expert at the cost of the Parties to give advice on a specific matter relevant to
the dispute.
9. The DB shall not express any opinions during any hearing concerning the merits of
any arguments advanced by the Parties. Thereafter, the DB shall make and give its decision
in accordance with GCC Sub-Clause 46.3, or as otherwise agreed by the Employer and the
Contractor in writing. If the DB comprises three persons:
(a) it shall convene in private after a hearing, in order to have discussions and
prepare its decision;
(b) it shall endeavor to reach a unanimous decision: if this proves impossible the
applicable decision shall be made by a majority of the Members, who may
require the minority Member to prepare a written report for submission to the
Employer and the Contractor; and

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 530

(c) if a Member fails to attend a meeting or hearing, or to fulfil any required


function, the other two Members may nevertheless proceed to make a
decision, unless:
(i) either the Employer or the Contractor does not agree that they do so, or
(ii) the absent Member is the chairman and he/she instructs the other
Members to not make a decision.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 531

APPENDIX B

Fraud and Corruption


(Text in this Appendix shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.3 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-
consultants, service providers or suppliers; any agents (whether declared or not); and any
of their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.
2.4 To this end, the Bank:
a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of evidence
material to the investigation or making false statements to investigators
in order to materially impede a Bank investigation into allegations of a
corrupt, fraudulent, coercive, or collusive practice; and/or threatening,
harassing, or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the
investigation; or

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 532

(b) acts intended to materially impede the exercise of the Bank’s inspection
and audit rights provided for under paragraph 2.2 e. below.
b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-consultants,
sub-contractors, service providers, suppliers and/ or their employees, has, directly or
indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take
other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of any
part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices during the procurement process, selection and/or execution
of the contract in question, without the Borrower having taken timely and
appropriate action satisfactory to the Bank to address such practices when they
occur, including by failing to inform the Bank in a timely manner at the time they
knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise benefit
from a Bank-financed contract, financially or in any other manner;1 (ii) to be a
nominated2 sub-contractor, consultant, manufacturer or supplier, or service provider
of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to
receive the proceeds of any loan made by the Bank or otherwise to participate further
in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and in
contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),
consultants, contractors, and suppliers, and their sub-contractors, sub-consultants,
service providers, suppliers, agents personnel, permit the Bank to inspect 3 all
1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated
sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of
such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing
contract.
2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the
bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that
allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities
undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits,
such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms.
Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and
information, and making copies thereof as relevant; accessing and examining any other documents, data and
information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies
thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits;
and obtaining third party verification of information.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section VIII – General Conditions of Contract 533

accounts, records and other documents relating to the procurement process, selection
and/or contract execution, and to have them audited by auditors appointed by the
Bank.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section IX – Particular Conditions of Contract 535

Section IX - Particular Conditions of Contract

The following Particular Conditions of Contract shall supplement the General Conditions
of Contract in Section VIII. Whenever there is a conflict, the provisions herein shall prevail
over those in the General Conditions.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section IX – Particular Conditions of Contract 536

Particular Conditions of Contract (PCC)


The following Particular Conditions (PCC) shall supplement the General Conditions (GCC).
Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. The
clause number of the PCC is the corresponding clause number of the GCC.

PCC 1. The Employer is: Electricity Distribution and Supply Authority (EDSA)
Definitions The Project Manager is: This would be confirmed at pre contract
clarification meeting
The Bank is: International Development Association (IDA)
Country of Origin: all countries and territories as indicated in
Section V of the bidding document, Eligible Countries.
PCC 5.1 The Contract shall be interpreted in accordance with the
PCC 5. Law and
Language laws of: The Republic of Sierra Leone.
PCC 5.2 The ruling language is: English
PCC 5.3 The language for communications is: English
PCC 7.3 The Contractor agrees to supply spare parts for a period of
PCC 7. Scope of
years: Twenty Five
Facilities [Spare
Parts] (GCC Sample Addition to PCC 7.3
Clause 7) The Contractor shall carry sufficient inventories to ensure an ex-stock
supply of consumable spares for the Plant. Other spare parts and
components shall be supplied as promptly as possible, but at the most
within six (6) months of placing the order and opening the letter of
credit. In addition, in the event of termination of the production of
spare parts, advance notification will be made to the Employer of the
pending termination, with sufficient time to permit the Employer to
procure the needed requirement. Following such termination, the
Contractor will furnish to the extent possible and at no cost to the
Employer the blueprints, drawings and specifications of the spare
parts, if requested.
PCC 8.1 The Contractor shall commence work on the Facilities
PCC 8. Time for
within two weeks from the Effective Date for determining
Commencement
Time for Completion as specified in the Contract
and Completion
Agreement.
PCC 8.2 The Time for Completion of the whole of the Facilities shall
be 18 months from the Effective Date as described in the
Contract Agreement.
The following sustainable procurement contractual
PCC 9.
provisions apply: N/A
Contractor’s

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section IX – Particular Conditions of Contract 537

Responsibilities

PCC 11.2 The Contract Price shall be adjusted in accordance


PCC 11. Contract
with the provisions of the Appendix to the Contract Agreement
Price
titled Adjustment Clause.
PCC 13.3.1 The amount of Performance Security, as a percentage
PCC 13.
of the Contract Price for the Facility or for the part of the
Securities
Facility for which a separate Time for Completion is
provided, shall be: 10%
PCC 13.3.2 The Performance Security shall be in the form of the
Unconditional Bank Guarantee attached hereto in Section
X, Contract Forms.
PCC 13.3.3 The Performance Security shall not be reduced on the
date of the Operational Acceptance.
PCC 13.3.3 The Performance Security shall be reduced to ten
percent (10%) of the value of the component covered by
the extended defect liability to cover the Contractor’s
extended defect liability in accordance with the provision
in the PCC, pursuant to GCC Sub-Clause 27.10.
PCC22.2.5 Working Hours
PCC 22
Installation Normal working hours are: 08:00 – 12:30 hours and 13:30 – 17:00
Hours GMT
PCC 22.2.8 Funeral Arrangements: In the event of the death of any
of the Contractor’s personnel or accompanying members
of their families, the Contractor shall be responsible for
making the appropriate arrangements for their return or
funeral
PCC 25.2.2 The Guarantee Test of the Facilities shall be
PCC 25.
successfully completed within 8 Weeks from the date of
Commissioning
Completion.
and Operational
Acceptance

PCC 26.2
PCC 26.
Completion Time Applicable rate for liquidated damages: 0.08% of Contract Price per
Guarantee day of delay for the Facilities or part thereof (as appropriate)
The above rate applies to the price of the part of the Facilities, as
quoted in the Price Schedule, for that part for which the Contractor
fails to achieve Completion within the particular Time for
Completion.
Maximum deduction for liquidated damages: 10% of the Contract
Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section IX – Particular Conditions of Contract 538

Price
PCC 26.3 Applicable (amount or rate) for the bonus for early
Completion: N/A
Maximum bonus:
PCC 26.3 No bonus will be given for earlier Completion of the
Facilities or part thereof.
PCC 27.10 The critical components covered under the extended
PCC 27. Defect
defect liability are None, and the period shall be
Liability
_________________ (to be inserted only when an extended
defect liability is requested).
Sample Clause
PCC 30.
Limitation of PCC 30.1 (b) The multiplier of the Contract Price is: 1.1
Liability

PCC 39.1.2 If the value engineering proposal is approved by the


PCC 39. Value
Employer the amount to be paid to the Contractor shall be: N/A
Engineering

PCC 46.1 The DB shall be appointed within [28 days] after the
PCC46. Disputes
Effective Date.
and Arbitration
PCC 46.1 The DB shall be: one sole member
PCC 46.2 Appointment (if not agreed) to be made by: International
Chamber of Commerce (ICC), Paris, France
PCC 46.5 Procedure to settle disputes in respect of DB’s
decisions: All disputes arising in connection with the present Contract
shall be finally settled under the Rules of Conciliation and Arbitration of
the International Chamber of Commerce by one or more arbitrators
appointed in accordance with said Rules (a) Appointed arbitration
institution

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 539

Section X - Contract Forms

Table of Forms
Notification of Intention to Award .................................................................................... 540

Letter of Acceptance ........................................................................................................... 547

Contract Agreement ........................................................................................................... 548


Appendix 1. Terms and Procedures of Payment .............................................................. 553
Appendix 2. Price Adjustment ......................................................................................... 556
All prices under this Contract shall remain firm and fixed for the duration of the Contract
........................................................................................................................................... 556
Appendix 3. Insurance Requirements .............................................................................. 557
Appendix 4. Time Schedule ............................................................................................. 560
Appendix 5. List of Major Items of Plant and Installation Services and List of Approved
Subcontractors................................................................................................................... 561
Appendix 6. Scope of Works and Supply by the Employer ............................................ 564
Appendix 7. List of Documents for Approval or Review ................................................ 565
Appendix 8. Functional Guarantees ................................................................................. 566

Performance Security Form– Bank Guarantee ............................................................... 569

Performance Security Form- Conditional Bank Guarantee/NA .................................... 572

Advance Payment Security ................................................................................................ 574

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 540

Notification of Intention to Award

[This Notification of Intention to Award shall be sent to each Bidder that submitted a Bid.]

[Send this Notification to the Bidder’s Authorized Representative named in the Bidder
Information Form]
For the attention of Bidder’s Authorized Representative
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]

[IMPORTANT: insert the date that this Notification is transmitted to Bidders. The
Notification must be sent to all Bidders simultaneously. This means on the same date and
as close to the same time as possible.]
DATE OF TRANSMISSION: This Notification is sent by: [email/fax] on [date] (local time)

Notification of Intention to Award


Employer: [insert the name of the Employer]
Project: [insert name of project]
Contract title: [insert the name of the contract]
Country: [insert country where RFB is issued]
Loan No. /Credit No. / Grant No.: [insert reference number for loan/credit/grant]
RFB No: [insert RFB reference number from Procurement Plan]

This Notification of Intention to Award (Notification) notifies you of our decision to


award the above contract. The transmission of this Notification begins the Standstill
Period. During the Standstill Period, you may:

a) request a debriefing in relation to the evaluation of your Bid, and/or

b) submit a Procurement-related Complaint in relation to the decision to award the


contract.

1. The successful Bidder

Name: [insert name of successful Bidder]

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 541

Address: [insert address of the successful Bidder]

Contract price: [insert contract price of the successful Bid]

2. Other Bidders [INSTRUCTIONS: insert names of all Bidders that submitted a Bid.
If the Bid’s price was evaluated include the evaluated price as well as the Bid price
as read out.]
Name of Bidder Bid price Evaluated Bid Cost
[insert name] [insert Bid price] [insert evaluated cost]
[insert name] [insert Bid price] [insert evaluated cost]
[insert name] [insert Bid price] [insert evaluated cost]
[insert name] [insert Bid price] [insert evaluated cost]
[insert name] [insert Bid price] [insert evaluated cost]

3. Reason/s why your Bid was unsuccessful

[INSTRUCTIONS: State the reason/s why this Bidder’s Bid was unsuccessful. Do
NOT include: (a) a point by point comparison with another Bidder’s Bid or (b)
information that is marked confidential by the Bidder in its Bid.]

4. How to request a debriefing

DEADLINE: The deadline to request a debriefing expires at midnight on [insert


date] (local time).
You may request a debriefing in relation to the results of the evaluation of your Bid. If
you decide to request a debriefing, your written request must be made within three (3)
Business Days of receipt of this Notification of Intention to Award.
Provide the contract name, reference number, name of the Bidder, contact details; and
address the request for debriefing as follows:
Attention: [insert full name of person, if applicable]
Title/position: [insert title/position]
Agency: [insert name of Employer]
Email address: [insert email address]
Fax number: [insert fax number] delete if not used
If your request for a debriefing is received within the 3 Business Days deadline, we will

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 542

provide the debriefing within five (5) Business Days of receipt of your request. If we are
unable to provide the debriefing within this period, the Standstill Period shall be extended
by five (5) Business Days after the date that the debriefing is provided. If this happens,
we will notify you and confirm the date that the extended Standstill Period will end.
The debriefing may be in writing, by phone, video conference call or in person. We shall
promptly advise you in writing how the debriefing will take place and confirm the date
and time.
If the deadline to request a debriefing has expired, you may still request a debriefing. In
this case, we will provide the debriefing as soon as practicable, and normally no later than
fifteen (15) Business Days from the date of publication of the Contract Award Notice.

5. How to make a complaint

Period: Procurement-related Complaint challenging the decision to award shall be


submitted by midnight, [insert date] (local time).
Provide the contract name, reference number, name of the Bidder, contact details; and
address the Procurement-related Complaint as follows:
Attention: [insert full name of person, if applicable]
Title/position: [insert title/position]
Agency: [insert name of Employer]
Email address: [insert email address]
Fax number: [insert fax number] delete if not used
At this point in the procurement process, you may submit a Procurement-related
Complaint challenging the decision to award the contract. You do not need to have
requested, or received, a debriefing before making this complaint. Your complaint must be
submitted within the Standstill Period and received by us before the Standstill Period
ends.
Further information:
For more information see the Procurement Regulations for IPF Borrowers (Procurement
Regulations)[https://policies.worldbank.org/sites/ppf3/PPFDocuments/Forms/DispPage.as
px?docid=4005] (Annex III). You should read these provisions before preparing and
submitting your complaint. In addition, the World Bank’s Guidance “How to make a
Procurement-related Complaint” [http://www.worldbank.org/en/projects-
operations/products-and-services/brief/procurement-new-framework#framework]
provides a useful explanation of the process, as well as a sample letter of complaint.
In summary, there are four essential requirements:
1. You must be an ‘interested party’. In this case, that means a Bidder who submitted
a Bid in this bidding process, and is the recipient of a Notification of Intention to

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 543

Award.
2. The complaint can only challenge the decision to award the contract.
3. You must submit the complaint within the period stated above.
4. You must include, in your complaint, all of the information required by the
Procurement Regulations (as described in Annex III).

6. Standstill Period

DEADLINE: The Standstill Period is due to end at midnight on [insert date] (local
time).
The Standstill Period lasts ten (10) Business Days after the date of transmission of this
Notification of Intention to Award.
The Standstill Period may be extended as stated in Section 4 above.

If you have any questions regarding this Notification please do not hesitate to contact us.

On behalf of the Employer:

Signature: ______________________________________________

Name: ______________________________________________

Title/position: ______________________________________________

Telephone: ______________________________________________

Email: ______________________________________________

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 544

Beneficial Ownership Disclosure Form

INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED


THE FORM

This Beneficial Ownership Disclosure Form (“Form”) is to be completed by the successful


Bidder. In case of joint venture, the Bidder must submit a separate Form for each
member. The beneficial ownership information to be submitted in this Form shall be
current as of the date of its submission.

For the purposes of this Form, a Beneficial Owner of a Bidder is any natural person who
ultimately owns or controls the Bidder by meeting one or more of the following conditions:
• directly or indirectly holding 25% or more of the shares
• directly or indirectly holding 25% or more of the voting rights
• directly or indirectly having the right to appoint a majority of the board of
directors or equivalent governing body of the Bidder

RFB No.: [insert number of RFB process]


Request for Bid No.: [insert identification]

To: [insert complete name of Employer]

In response to your request in the Letter of Acceptance dated [insert date of letter of
Acceptance] to furnish additional information on beneficial ownership: [select one option as
applicable and delete the options that are not applicable]

(i) we hereby provide the following beneficial ownership information.

Details of beneficial ownership


Identity of Directly or Directly or indirectly Directly or indirectly
Beneficial Owner indirectly holding holding 25 % or more having the right to
25% or more of the of the Voting Rights appoint a majority of
shares the board of the

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 545

(Yes / No) (Yes / No) directors or an


equivalent governing
body of the Bidder
(Yes / No)

[include full name


(last, middle, first), 
nationality, country
of residence]

OR

(ii) We declare that there is no Beneficial Owner meeting one or more of the following
conditions:
• directly or indirectly holding 25% or more of the shares
• directly or indirectly holding 25% or more of the voting rights
• directly or indirectly having the right to appoint a majority of the board of directors or
equivalent governing body of the Bidder

OR

(iii) We declare that we are unable to identify any Beneficial Owner meeting one or more of
the following conditions. [If this option is selected, the Bidder shall provide explanation on
why it is unable to identify any Beneficial Owner]
• directly or indirectly holding 25% or more of the shares
• directly or indirectly holding 25% or more of the voting rights
• directly or indirectly having the right to appoint a majority of the board of directors or
equivalent governing body of the Bidder]”

Name of the Bidder: *[insert complete name of the Bidder]_________

Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert
complete name of person duly authorized to sign the Bid]___________

Title of the person signing the Bid: [insert complete title of the person signing the
Bid]______

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 546

Signature of the person named above: [insert signature of person whose name and
capacity are shown above]_____

Date signed [insert date of signing] day of [insert month], [insert year]_____

*
In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder. In the
event that the Bidder is a joint venture, each reference to “Bidder” in the Beneficial Ownership Disclosure Form
(including this Introduction thereto) shall be read to refer to the joint venture member.
**
Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be
attached with the Bid Schedules.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 547

Letter of Acceptance
______________________

To: ____________________________

This is to notify you that your Bid dated ____________ for execution of the _________________
for the Contract Price in the aggregate of _____________________ ________________ , as corrected
and modified in accordance with the Instructions to Bidders is hereby accepted by our
Agency.

You are requested to furnish (i) the Performance Security within 28 days in accordance with
the Conditions of Contract, using for that purpose one of the Performance Security Forms
and (ii) the additional information on beneficial ownership in accordance with BDS ITB
46.1, within eight (8) Business days using the Beneficial Ownership Disclosure Form,
included in Section X, - Contract Forms, of the bidding document.

Authorized Signature:
Name and Title of Signatory:
Name of Agency:

Attachment: Contract Agreement

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 548

Contract Agreement
THIS AGREEMENT is made the ________ day of ________________________, _____,
BETWEEN

(1) ______________________, a corporation incorporated under the laws of ___________ and


having its principal place of business at ___________________ (hereinafter called “the
Employer”), and (2) ______________________, a corporation incorporated under the laws of
________________________ and having its principal place of business at
________________________ (hereinafter called “the Contractor”).

WHEREAS the Employer desires to engage the Contractor to design, manufacture, test,
deliver, install, complete and commission certain Facilities, viz. _________________ (“the
Facilities”), and the Contractor has agreed to such engagement upon and subject to the terms
and conditions hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1. Contract 1.1 Contract Documents (Reference GCC Clause 2)


Documents The following documents shall constitute the Contract between
the Employer and the Contractor, and each shall be read and
construed as an integral part of the Contract:
(a) This Contract Agreement and the Appendices hereto
(b) Letter of Bid and Price Schedules submitted by the
Contractor
(c) Particular Conditions
(d) General Conditions
(e) Specification
(f) Drawings
(g) Other completed Bidding forms submitted with the Bid
(h) Any other documents forming part of the Employer’s
Requirements
(i) Any other documents shall be added here

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 549

1.2 Order of Precedence (Reference GCC Clause 2)


In the event of any ambiguity or conflict between the Contract
Documents listed above, the order of precedence shall be the
order in which the Contract Documents are listed in Article 1.1
(Contract Documents) above.
1.3 Definitions (Reference GCC Clause 1)
Capitalized words and phrases used herein shall have the same
meanings as are ascribed to them in the General Conditions.
Article 2. Contract 2.1 Contract Price (Reference GCC Clause 11)
Price and Terms The Employer hereby agrees to pay to the Contractor the
of Payment Contract Price in consideration of the performance by the
Contractor of its obligations hereunder. The Contract Price shall
be the aggregate of: __________________, _______________ as
specified in Price Schedule No. 5 (Grand Summary),
and_______________, _________________, or such other sums as
may be determined in accordance with the terms and conditions
of the Contract.
2.2 Terms of Payment (Reference GCC Clause 12)
The terms and procedures of payment according to which the
Employer will reimburse the Contractor are given in the
Appendix (Terms and Procedures of Payment) hereto.
The Employer may instruct its bank to issue an irrevocable
confirmed documentary credit made available to the Contractor
in a bank in the country of the Contractor. The credit shall be for
an amount of ________________________; and shall be subject to
the Uniform Customs and Practice for Documentary Credits
2007 Revision, ICC Publication No. 600.
In the event that the amount payable under Schedule No. 1 is
adjusted in accordance with GCC 11.2 or with any of the other
terms of the Contract, the Employer shall arrange for the
documentary credit to be amended accordingly.

Article 3. Effective 3.1 Effective Date (Reference GCC Clause 1)


Date The Effective Date from which the Time for Completion of the
Facilities shall be counted is the date when all of the following
conditions have been fulfilled:
(a) This Contract Agreement has been duly executed for and
on behalf of the Employer and the Contractor;

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 550

(b) The Contractor has submitted to the Employer the


Performance Security and the advance payment guarantee;
(c) The Employer has paid the Contractor the advance payment
(d) The Contractor has been advised that the documentary
credit referred to in Article 2.2 above has been issued in its
favor.
Each party shall use its best efforts to fulfill the above conditions
for which it is responsible as soon as practicable.
3.2 If the conditions listed under 3.1 are not fulfilled within two (2)
months from the date of this Contract notification because of
reasons not attributable to the Contractor, the Parties shall
discuss and agree on an equitable adjustment to the Contract
Price and the Time for Completion and/or other relevant
conditions of the Contract.
Article 4. 4.1 The address of the Employer for notice purposes, pursuant to
Communications GCC 4.1 is: ______________________.
4.2 The address of the Contractor for notice purposes, pursuant to
GCC 4.1 is: ________________________.
Article 5. 5.1 The Appendices listed in the attached List of Appendices shall be
Appendices deemed to form an integral part of this Contract Agreement.
5.2 Reference in the Contract to any Appendix shall mean the
Appendices attached hereto, and the Contract shall be read and
construed accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to
be duly executed by their duly authorized representatives the day and year first above written.

Signed by, for and on behalf of the Employer

[Signature]

[Title]

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 551

in the presence of

Signed by, for and on behalf of the Contractor

[Signature]

[Title]

in the presence of

APPENDICES

Appendix 1 Terms and Procedures of Payment


Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Major Items of Plant and Installation Services and List of Approved
Subcontractors
Appendix 6 Scope of Works and Supply by the Employer

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 552

Appendix 7 List of Documents for Approval or Review


Appendix 8 Functional Guarantees

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 553

Appendix 1. Terms and Procedures of Payment


In accordance with the provisions of GCC Clause 12 (Terms of Payment), the Employer shall
pay the Contractor in the following manner and at the following times, on the basis of the
Price Breakdown given in the section on Price Schedules. Payments will be made in the
currencies quoted by the Bidder unless otherwise agreed between the Parties. Applications
for payment in respect of part deliveries may be made by the Contractor as work proceeds.
TERMS OF PAYMENT
Schedule No. 1. Plant and Equipment Supplied from Abroad
In respect of plant and equipment supplied from abroad, the following payments shall
be made:
Ten percent (10%) of the total CIP amount as an advance payment against receipt of
invoice and an irrevocable advance payment security for the equivalent amount made
out in favor of the Employer. The advance payment security may be reduced in
proportion to the value of the plant and equipment delivered to the site, as evidenced by
shipping and delivery documents.
Eighty percent (80%) of the total or pro rata CIP amount upon Incoterm “CIP”, upon
delivery to the carrier within forty-five (45) days after receipt of documents.
Five percent (5%) of the total or pro rata CIP amount upon issue of the Completion
Certificate, within forty-five (45) days after receipt of invoice.
Five percent (5%) of the total or pro rata CIP amount upon issue of the Operational
Acceptance Certificate, within forty-five (45) days after receipt of invoice.
Schedule No. 2. Plant and Equipment Supplied from within the Employer’s Country
In respect of plant and equipment supplied from within the Employer’s Country, the
following payments shall be made:
Ten percent (10%) of the total EXW amount as an advance payment against receipt of
invoice, and an irrevocable advance payment security for the equivalent amount made
out in favor of the Employer. The advance payment security may be reduced in
proportion to the value of the plant and equipment delivered to the site, as evidenced by
shipping and delivery documents.
Eighty percent (80%) of the total or pro rata EXW amount upon Incoterm “Ex-Works,”
upon delivery to the carrier within forty-five (45) days after receipt of invoice and
documents.
Five percent (5%) of the total or pro rata EXW amount upon issue of the Completion
Certificate, within forty-five (45) days after receipt of invoice.
Five percent (5%) of the total or pro rata EXW amount upon issue of the Operational
Acceptance Certificate, within forty-five (45) days after receipt of invoice.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 554

Schedule No. 3. Design Services


In respect of design services for both the foreign currency and the local currency
portions, the following payments shall be made:
Ten percent (10%) of the total design services amount as an advance payment against
receipt of invoice, and an irrevocable advance payment security for the equivalent
amount made out in favor of the Employer.
Ninety percent (90%) of the total or pro rata design services amount upon acceptance of
design in accordance with GCC Clause 20 by the Project Manager within forty-five
(45) days after receipt of invoice.
Schedule No. 4. Installation Services
In respect of installation services for both the foreign and local currency portions, the
following payments shall be made:
Ten percent (10%) of the total installation services amount as an advance payment
against receipt of invoice, and an irrevocable advance payment security for the
equivalent amount made out in favor of the Employer. The advance payment security
may be reduced in proportion to the value of work performed by the Contractor as
evidenced by the invoices for installation services.
Eighty percent (80%) of the measured value of work performed by the Contractor, as
identified in the said Program of Performance, during the preceding month, as
evidenced by the Employer’s authorization of the Contractor’s application, will be
made monthly within forty-five (45) days after receipt of invoice.
Five percent (5%) of the total or pro rata value of installation services performed by the
Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly
applications, upon issue of the Completion Certificate, within forty-five (45) days after
receipt of invoice.
Five percent (5%) of the total or pro rata value of installation services performed by the
Contractor as evidenced by the Employer’s authorization of the Contractor’s monthly
applications, upon issue of the Operational Acceptance Certificate, within forty-five
(45) days after receipt of invoice.
In the event that the Employer fails to make any payment on its respective due date, the
Employer shall pay to the Contractor interest on the amount of such delayed payment at the
rate of [LIBOR +2] ÷12 percent per month for period of delay until payment has been made in
full.
PAYMENT PROCEDURES
The procedures to be followed in applying for certification and making payments shall be as
follows:
The Contractor would submit invoice outlining the pay items covering the pro rata value
work done to the Project Manager.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 555

The Project Manager would authorize the invoice for payment upon recommendation of the
Employer’s Engineer.
The mode of payment would be finalized during pre-contract meeting

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 556

Appendix 2. Price Adjustment

All prices under this Contract shall remain firm and fixed for the duration
of the Contract

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 557

Appendix 3. Insurance Requirements


Insurances to be Taken Out by the Contractor
In accordance with the provisions of GCC Clause 34, the Contractor shall at its expense take
out and maintain in effect, or cause to be taken out and maintained in effect, during the
performance of the Contract, the insurances set forth below in the sums and with the
deductibles and other conditions specified. The identity of the insurers and the form of the
policies shall be subject to the approval of the Employer, such approval not to be
unreasonably withheld.
(a) Cargo Insurance
Covering loss or damage occurring, while in transit from the supplier’s or
manufacturer’s works or stores until arrival at the Site, to the Facilities (including spare
parts therefor) and to the construction equipment to be provided by the Contractor or its
Subcontractors.
Amount Deductible limits Parties insured From To
110% of None Employer and Manufacturer’s Site
CIP Value Contractor Works

(b) Installation All Risks Insurance


Covering physical loss or damage to the Facilities at the Site, occurring prior to
completion of the Facilities, with an extended maintenance coverage for the
Contractor’s liability in respect of any loss or damage occurring during the defect
liability period while the Contractor is on the Site for the purpose of performing its
obligations during the defect liability period.
Amount Deductible limits Parties insured From To
Full cost of $1,500 Employer and First working day End of defect
Replacement Contractor after commencement liability
date period

(c) Third Party Liability Insurance


Covering bodily injury or death suffered by third parties (including the Employer’s
personnel) and loss of or damage to property (including the Employer’s property and
any parts of the Facilities that have been accepted by the Employer) occurring in
connection with the supply and installation of the Facilities.
Amount Deductible limits Parties insured From To
$1,000,000 None Employer and Effective date End of defect
Contractor liability
period

(d) Automobile Liability Insurance

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 558

Covering use of all vehicles used by the Contractor or its Subcontractors (whether or
not owned by them) in connection with the supply and installation of the Facilities.
Comprehensive insurance in accordance with statutory requirements.

(e) Workers’ Compensation


In accordance with the statutory requirements applicable in any country where the
Facilities or any part thereof is executed.
(f) Employer’s Liability
In accordance with the statutory requirements applicable in any country where the
Facilities or any part thereof is executed.
(g) Other Insurances
The Contractor is also required to take out and maintain at its own cost the following
insurances:
NILL
The Employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to GCC Sub-Clause 34.1, except for the Third Party Liability, Workers’
Compensation and Employer’s Liability Insurances, and the Contractor’s Subcontractors
shall be named as co-insureds under all insurance policies taken out by the Contractor
pursuant to GCC Sub-Clause 34.1, except for the Cargo, Workers’ Compensation and
Employer’s Liability Insurances. All insurer’s rights of subrogation against such co-insureds
for losses or claims arising out of the performance of the Contract shall be waived under such
policies.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 559

Insurances To Be Taken Out By The Employer

The Employer shall at its expense take out and maintain in effect during the performance of
the Contract the following insurances.

NIL

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 560

Appendix 4. Time Schedule

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 561

Appendix 5. List of Major Items of Plant and Installation Services and List
of Approved Subcontractors
A list of major items of Plant and Installation Services is provided below.

The following Subcontractors and/or manufacturers are approved for carrying out the items
of the Facilities indicated below. Where more than one Subcontractor is listed, the
Contractor is free to choose between them, but it must notify the Employer of its choice in
good time prior to appointing any selected Subcontractor. In accordance with GCC Sub-
Clause 19.1, the Contractor is free to submit proposals for Subcontractors for additional items
from time to time. No Subcontracts shall be placed with any such Subcontractors for
additional items until the Subcontractors have been approved in writing by the Employer and
their names have been added to this list of Approved Subcontractors.
Major Items of Plant and Installation Approved Nationality
Services Subcontractors/Manufacturers
LOT 1
161kV O/D SF6 Live Tank Circuit Breakers
161kV O/D Disconnector with Earth Switch
161kV O/D Pantograph Switch
161kV O/D Current Transformers
161kV O/D Voltage transformers
161kV O/D Post insulators
161kV O/D Surge Arresters
33kV O/D SF6 Live Tank Circuit Breakers
33kV O/D Isolator with Earth Switch
33kV O/D Current Transformers
33kV O/D Voltage Transformers
33kV O/D Post Insulators
33kV O/D Surge Arresters
161/33kV Power Transformer
33/11kV Power Transformers
11/0.4kV Station Service Transformers

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 562

Major Items of Plant and Installation Approved Nationality


Services Subcontractors/Manufacturers
33kV Indoor AIS (Air Insulated
Switchgear)
11kV Indoor AIS (Air Insulated
Switchgear)
33/11kV Indoor Current Transformers
33/11kV Indoor Voltage Transformers
110 VDC Battery Chargers
110 VDC Battery Banks
DC Distribution Panels
LVAC Distribution Panels
33kV XLPE Cables
33kV Termination Kits
11kV XLPE Cables
11kV Termination Kits
LV Cables
Control and Protection Cables
Protection relays and Bay Control and
Protection Units (BCPU)
Energy Meters for Settlement Metering
System
Fire Detection System
Earthing Material
Design Engineer*
Subcontractor for Civil Works

Other Specialized Subcontractor*

LOT 2
Steel Lattice Towers
Steel Tubular Poles

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 563

Major Items of Plant and Installation Approved Nationality


Services Subcontractors/Manufacturers
33kV Composite Post Insulators
33kV Composite Suspension/Tension
Insulators
Aluminum Conductors
33kV XLPE Cables
33kV Termination/jointing Kits
Optical Ground Wire (OPGW)
OPGW Joint Box
Design Engineer*
Subcontractor for Civil Works

Other Specialized Subcontractor*

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 564

Appendix 6. Scope of Works and Supply by the Employer


The following personnel, facilities, works and supplies will be provided/supplied by the
Employer, and the provisions of GCC Clauses 10, 21 and 24 shall apply as appropriate.
All personnel, facilities, works and supplies will be provided by the Employer in good time
so as not to delay the performance of the Contractor, in accordance with the approved Time
Schedule and Program of Performance pursuant to GCC Sub-Clause 18.2.
Unless otherwise indicated, all personnel, facilities, works and supplies will be provided free
of charge to the Contractor.
Personnel Charge to Contractor (if any)
None
Facilities Charge to Contractor (if any)
None
Works Charge to Contractor (if any)
None
Supplies Charge to Contractor (if any)
None

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 565

Appendix 7. List of Documents for Approval or Review

Pursuant to GCC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor
to prepare, and present to the Project Manager in accordance with the requirements of GCC
Sub-Clause 18.2 (Program of Performance), the following documents for
A. Approval
1. All the design drawings
2. Supporting design calculations
3. Factory Acceptance Test (FAT) procedures
4. Factory Acceptance Test (FAT) reports
5. Method Statements for works and installation
6. Site Acceptance Test (SAT) procedures
7. Site Acceptance Test (SAT) reports
8. Project Schedule in .mpp file and .pdf file.
9. Upon approval of designs/drawings, contractor shall provide the editable soft copy of
the designs/drawings to Client.
B. Review
1. Fabrication drawings
2. Any other drawings/documents/standards required for review of documents
corresponding to ‘A’ above.
After the award of contract, the contractor will prepare an exhaustive list of documents, titled
Master Drawing List (MDL) covering every aspect of the project. The list will clearly
mention the category of the document i.e. whether for Approval or Reference and time frame
for submission of the same. The employer shall review the same and will approve after
necessary modifications. The documents shall be submitted strictly according to the approved
MDL.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 566

Appendix 8. Functional Guarantees


1. General
This Appendix sets out
(a) the functional guarantees referred to in GCC Clause 28 (Functional Guarantees)
(b) the preconditions to the validity of the functional guarantees, either in production
and/or consumption, set forth below
(c) the minimum level of the functional guarantees
(d) the formula for calculation of liquidated damages for failure to attain the
functional guarantees.
2. Preconditions
The Contractor gives the functional guarantees (specified herein) for the facilities,
subject to the following preconditions being fully satisfied:
____________________________________________________________________________________

3. Functional Guarantees
Subject to compliance with the foregoing preconditions, the Contractor guarantees as
follows:
3.1 Production Capacity
_____________________________________________________________________________

and/or
3.2 Raw Materials and Utilities Consumption
____________________________________________________________________________

4. Failure in Guarantees and Liquidated Damages


4.1 Failure to Attain Guaranteed Production Capacity
If the production capacity of the facilities attained in the guarantee test, pursuant
to GCC Sub-Clause 25.2, is less than the guaranteed figure specified in para. 3.1
above, but the actual production capacity attained in the guarantee test is not less
than the minimum level specified in para. 4.3 below, and the Contractor elects to
pay liquidated damages to the Employer in lieu of making changes, modifications
and/or additions to the Facilities, pursuant to GCC Sub-Clause 28.3, then the
Contractor shall pay liquidated damages at the rate of ___________________ for

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 567

every complete one percent (1%) of the deficiency in the production capacity of
the Facilities, or at a proportionately reduced rate for any deficiency, or part
thereof, of less than a complete one percent (1%).
4.2 Raw Materials and Utilities Consumption in Excess of Guaranteed Level
__________________________________________________________________

If the actual measured figure of specified raw materials and utilities consumed per
unit (or their average total cost of consumption) exceeds the guaranteed figure
specified in para. 3.2 above (or their specified average total cost of consumption),
but the actual consumption attained in the guarantee test, pursuant to GCC Sub-
Clause 25.2, is not more than the maximum level specified in para. 4.3 below, and
the Contractor elects to pay liquidated damages to the Employer in lieu of making
changes, modifications and/or additions to the Facilities pursuant to GCC Sub-
Clause 28.3, then the Contractor shall pay liquidated damages at the rate of
[amount in the contract currency] for every complete one percent (1%) of the excess
consumption of the Facilities, or part thereof, of less than a complete one percent
(1%).
4.3 Minimum Levels
Notwithstanding the provisions of this paragraph, if as a result of the guarantee
test(s), the following minimum levels of performance guarantees (and
consumption guarantees) are not attained by the Contractor, the Contractor shall at
its own cost make good any deficiencies until the Facilities reach any of such
minimum performance levels, pursuant to GCC Sub-Clause 28.2:
(a) production capacity of the Facilities attained in the guarantee test: ninety-
five percent (95%) of the guaranteed production capacity (the values offered
by the Contractor in its Bid for functional guarantees represents 100%).
and/or
(b) average total cost of consumption of all the raw materials and utilities of the
Facilities: one hundred and five percent (105%) of the guaranteed figures
(the figures offered by the Contractor in its Bid for functional guarantees
represents 100%).
4.4 Limitation of Liability
Subject to para. 4.3 above, the Contractor’s aggregate liability to pay liquidated
damages for failure to attain the functional guarantees shall not exceed ______
percent ( ___ %) of the Contract price.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 568

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 569

Performance Security Form– Bank Guarantee1


[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [insert name and Address of Employer]

Date: _ [Insert date of issue]


PERFORMANCE GUARANTEE No.: ____[Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that ____________________ (hereinafter called “the Applicant”) has
entered into Contract No. ________________dated ____________ with the Beneficiary, for the
execution of ____________________________ (hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of
_________________(___)2,such sum being payable in the types and proportions of currencies in
which the Contract Price is payable, upon receipt by us of the Beneficiary’s complying
demand supported by the Beneficiary’s statement, whether in the demand itself or in a
separate signed document accompanying or identifying the demand, stating that the
Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing
to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall be reduced by half upon our receipt of:

(a) a copy of the Operational Acceptance Certificate; or


(b) a registered letter from the Applicant (i) attaching a copy of its notice
requesting issuance of the Operational Acceptance Certificate and (ii) stating
that the Project Manager has failed to issue such Certificate within the time

1
The Employer should insert either the Bank Guarantee or the Conditional Guarantee.
2
The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency
acceptable to the Employer.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 570

required or provide in writing justifiable reasons why such Certificate has not
been issued, so that Operational Acceptance is deemed to have occurred.

This guarantee shall expire no later than the earlier of:3


(a) twelve months after our receipt of either (a) or (b) above; or
(b) eighteen months after our receipt of:
(i) a copy of the Completion Certificate; or
(ii) a registered letter from the Applicant, attaching a copy of the notice to
the Project Manager that the Facilities are ready for commissioning,
and stating that fourteen days have elapsed from receipt of such notice
(or seven days have elapsed if the notice was a repeated notice) and the
Project Manager has failed to issue a Completion Certificate or inform
the Applicant in writing of any defects or deficiencies; or
(iii) a registered letter from the Applicant stating that no Completion
Certificate has been issued but the Employer is making use of the
Facilities; or

(c) the ____ day of _____, 2___.4

Consequently, any demand for payment under this guarantee must be received by us at this
office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a)
is hereby excluded.
3
This text shall be revised as and where necessary to take into account (i) partial acceptance of the Facilities
in accordance with Sub-Clause 25.4 of the GCC; and (ii) extension of the Performance Security when the
Contractor is liable for an extended warranty obligation pursuant to Sub-Clause 27.10 of the GCC (although
in this latter case the Employer might want to consider an extended warranty security in lieu of the
extension of the Performance Security).
4
Insert the date twenty-eight days after the expected expiration date of the Defect Liability Period. The
Employer should note that in the event of an extension of the time for completion of the Contract, the
Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in
writing and must be made prior to the expiration date established in the guarantee. In preparing this
guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six
months][one year], in response to the Employer’s written request for such extension, such request to be
presented to the Guarantor before the expiry of the guarantee.”

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 571

_____________________
[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 572

Performance Security Form- Conditional Bank


Guarantee/NA
Date:
Loan/Credit No:
RFB No:
To: ___________________________________

Dear Ladies and/or Gentlemen,


We refer to the Contract Agreement (“the Contract”) signed on [date] between you and
____________________________ (“the Contractor”) concerning design, execution and
completion of ____________________________.
By this letter we, the undersigned, [name of Bank], a Bank (or company) organized under the
laws of _________________ and having its registered/principal office at _________________, do
hereby jointly and severally with the Contractor irrevocably guarantee payment owed to you
by the Contractor, pursuant to the Contract, up to the sum of ___________, equivalent to
_______________ percent (%) of the Contract Price until the date of the Operational
Acceptance Certificate and thereafter up to a sum of ____________, equivalent to__________
percent (%) of the Contract Price, until twelve (12) months after the date of Operational
Acceptance, or eighteen (18) months after Completion of the Facilities, whichever comes
first.
Where it is agreed between you and the Contractor that the Facilities are to be accepted in
parts, and thus where there are separate Completion and Operational Acceptance Certificates
for each part, this Letter of Guarantee shall be apportioned to the value of each such part and
shall reduce or expire as provided above on or following Completion or Operational
Acceptance of each part.
We shall only undertake to make payment under this Letter of Guarantee upon our receipt of
a written demand signed by your duly authorized officer for a specified sum, where such
demand sets out the reasons for your claim under this Letter of Guarantee and is
accompanied by
(a) a copy of the written notice sent by you to the Contractor before making the claim
under this Guarantee, specifying the Contractor’s breach of contract and
requesting the Contractor to remedy it
(b) a letter signed by your duly authorized officer certifying that the Contractor has
failed to remedy the default within the period allowed for remedial action

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 573

(c) a copy of your written notice to the Contractor stating your intent to claim under
this Letter of Guarantee because of the Contractor’s failure to remedy the default
in accordance with the request referred to in para. (a) above.
Our liability under this Letter of Guarantee shall be to pay to you whichever is the lesser of
the sum so requested or the amount then guaranteed hereunder in respect of any demand duly
made hereunder prior to expiry of this Letter of Guarantee, without being entitled to inquire
whether or not this payment is lawfully demanded.
This Letter of Guarantee shall be valid from the date of issue until the earlier of twelve (12)
months after the date of Operational Acceptance or eighteen (18) months after the date of
Completion of the Facilities or, where the Facilities are to be accepted in parts, twelve (12)
months after the date of Operational Acceptance or eighteen (18) months after the date of
Completion of the last part or [date], whichever comes first.
Except for the documents herein specified, no other documents or other action shall be
required, notwithstanding any applicable law or regulation.
If the Defect Liability Period is extended with respect to any part of the Facilities in
accordance with the Contract, you shall notify us, and the validity of this Letter of Guarantee
shall be extended with respect to the percentage of the Contract Price stipulated in the
notification until expiry of such extended Defect Liability Period.
Our liability under this Letter of Guarantee shall become null and void immediately upon its
expiry, whether it is returned or not, and no claim may be made hereunder after such expiry
or after the aggregate of the sums paid by us to you shall equal the sums guaranteed
hereunder, whichever is the earlier.
All notices to be given hereunder shall be given by registered (airmail) post to the addressee
at the address herein set out or as otherwise advised by and between the parties hereto.
We hereby agree that any part of the Contract may be amended, renewed, extended,
modified, compromised, released or discharged by mutual agreement between you and the
Contractor, and this security may be exchanged or surrendered without in any way impairing
or affecting our liabilities hereunder without notice to us and without the necessity for any
additional endorsement, consent or guarantee by us, provided, however, that the sum
guaranteed shall not be increased or decreased.
No action, event or condition which by any applicable law should operate to discharge us
from liability hereunder shall have any effect and we hereby waive any right we may have to
apply such law, so that in all respects our liability hereunder shall be irrevocable and, except
as stated herein, unconditional in all respects.
Yours truly,

Authorized Signature

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X – Contract Forms 574

Advance Payment Security


Demand Guarantee
[Guarantor letterhead or SWIFT identifier code]

Beneficiary: ................................................. Name and Address of Employer ........................................................................


Date:[Insert date of issue].............................................................................................................................................................

Advance Payment Guarantee No.:[Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

...........................................................................................................................................................................................................................

We have been informed that . . . . .. . . . . (hereinafter called “the Applicant”) has


entered into Contract No. . . . . .. . . . . dated . . . . . . ..with the Beneficiary, for the
execution of, . . . . . .. . . . . (hereinafter called “the Contract”).
Furthermore, we understand that, according to the Conditions of the Contract, an
advance payment in the sum . . . . .. . . . . . (. . . . .. . . . . ) is to be made against an
advance payment guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay
the Beneficiary any sum or sums not exceeding in total an amount of .
(. . . . .. . . . . ) 5 upon receipt by us of the Beneficiary’s complying demand supported
by the Beneficiary’s statement whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating either that the applicant:
(a) has used the advance payment for purposes other than the costs of mobilization in
respect of the Facilities; or
(b) has failed to repay the advance payment in accordance with the Contract
conditions, specifying the amount which the Applicant has failed to repay.

A demand under this guarantee may be presented as from the presentation to the
Guarantor of a certificate from the Beneficiary’s bank stating that the advance payment

5
The Guarantor shall insert an amount representing the amount of the advance payment and denominated
either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible
currency acceptable to the Employer.

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2
Section X - Contract Forms 575

referred to above has been credited to the Applicant on its account number ___________
at _________________..

The maximum amount of this guarantee shall be progressively reduced by the amount
of the advance payment repaid by the Applicant as indicated in copies of interim
statements or payment certificates which shall be presented to us. This guarantee shall
expire, at the latest, upon our receipt of documentation indicating full repayment by
the Applicant of the amount of the advance payment, or on the . . . day of . . . . . . . , . .
. . . 6 , whichever is earlier. Consequently, any demand for payment under this
guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a)
is hereby excluded.

____________________ [signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

6
Insert the expected expiration date of the Time for Completion. The Employer should note that in the
event of an extension of the time for completion of the Contract, the Employer would need to request
an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee. In preparing this guarantee, the
Employer might consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to
exceed [six months][one year], in response to the Beneficiary’s written request for such extension,
such request to be presented to the Guarantor before the expiry of the guarantee.”

Supply and Installation of 33/11kV Primary Substations and 33kV Sub Transmission Lines in
Freetown (Lot 1-2) – Volume 1 of 2

You might also like