Professional Documents
Culture Documents
(Volume 1 of 3)
BIDDING DOCUMENTS
Issued on: 11 January 2019
ICB No.: ZESCO/LTDRP/G/001/C2/2019
Employer: ZESCO Limited
Country: Zambia
Project: Lusaka Power Transmission and Distribution Network Project (LPTDNP)
ii
Summary Description
Drawings: (Volume 2 of 3)
All drawings and supplementary information are included under Volume 2 of
3. The following supplementary information is provided:
1 Technical Specifications for Telecoms Optical Line Terminal / Access
Equipment
2 Technical Specifications for Optical Fibre Cables: Optical Ground Wire
(OPGW), All Dielectric Self Supporting (ADSS), Direct Buried Underground
(DUCT)
3 Environmental and Social Management Plan for The Lusaka Transmission
and Distribution Rehabilitation Project
4 Health and Safety Management Plan for The Lusaka Transmission and
Distribution Rehabilitation Project
5 Dismantling of Overhead Line and Substation Equipment Specifications
6 Waste Management Procedure
7 LTDRP SCADA Detail Design Specification
8 LTDRP Telecommunications Detail Design Specification
9 LTDRP Protection Detail Design Specification
10 111233-80-GDL-EE-0001 – Bid Document Outline
Table of Contents
PART 1 – Bidding
Procedures
Part 1-2
Table of Clauses
General ........................................................................................................................................... 7
1. Scope of Bid ................................................................................................................. 7
2. Source of Funds ........................................................................................................... 7
3. Corrupt and Fraudulent Practices ............................................................................... 7
4. Eligible Bidders ........................................................................................................... 8
5. Eligible Plant and Installation Services .................................................................... 10
Contents of Bidding Document ................................................................................................ 10
6. Sections of Bidding Document ................................................................................ 10
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting .......................... 11
8. Amendment of Bidding Document........................................................................... 12
Preparation of Bids .................................................................................................................... 12
9. Cost of Bidding .......................................................................................................... 12
10. Language of Bid......................................................................................................... 12
11. Documents Comprising the Bid................................................................................ 13
12. Letter of Bid and Schedules ...................................................................................... 13
13. Alternative Bids ......................................................................................................... 13
14. Documents Establishing the Eligibility of the Plant and Installation Services..... 14
15. Documents Establishing the Eligibility and Qualifications of the Bidder ............. 14
16. Documents establishing conformity of the Plant and Installation Services ........... 15
17. Bid Prices and Discounts........................................................................................... 15
18. Currencies of Bid and Payment ................................................................................ 18
19. Period of Validity of Bids ......................................................................................... 18
20. Bid Security................................................................................................................ 18
21. Format and Signing of Bid ........................................................................................ 20
Submission and Opening of Bids ............................................................................................. 21
22. Submission, Sealing and Marking of Bids ............................................................... 21
23. Deadline for Submission of Bids .............................................................................. 21
24. Late Bids .................................................................................................................... 22
25. Withdrawal, Substitution, and Modification of Bids............................................... 22
1-6 Section I. Instructions to Bidders (ITB)
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
Bid to 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
Section I. Instructions to Bidders (ITB) 1-13
Bids they are allowed, the BDS will also indicate whether they are
permitted in accordance with ITB 13.3, or invited in
accordance with ITB13.2 and/or ITB 13.4.
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 lowest evaluated Bidder 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 shall be described in Section VII, Employer’s
Requirements. Technical alternatives that comply with the
performance and technical criteria specified for the Plant and
Installation Services shall be considered by the Employer on
their own merits, pursuant to ITB 35.
14. Documents 14.1 To establish the eligibility of the Plant and Installation
Establishing Services in accordance with ITB Clause 5, Bidders shall
the Eligibility complete the country of origin declarations in the Price
of the Plant Schedule Forms, included in Section IV, Bidding Forms.
and
Installation
Services
15. Documents 15.1 To establish its eligibility and qualifications to perform the
Establishing Contract in accordance with Section III, Evaluation and
the Eligibility Qualification Criteria, the Bidder shall provide the information
and requested in the corresponding information sheets included in
Qualifications Section IV, Bidding Forms.
of the Bidder
15.2 Domestic Bidders, individually or in joint ventures, applying
for eligibility for domestic preference shall supply all
information required to satisfy the criteria for eligibility as
described in ITB 34.
Section I. Instructions to Bidders (ITB) 1-15
16. Documents 16.1 The Bidder shall furnish the information stipulated in Section
establishing IV, in sufficient detail to demonstrate substantial
conformity of responsiveness of the Bidders’ proposal to the work
the Plant and requirements 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 such that the total bid price covers 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 may be 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
1-16 Section I. Instructions to Bidders (ITB)
or
(b) if rectified, would unfairly affect the competitive
position of other Bidders presenting substantially
responsive bids.
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
Non- may waive any nonconformity in the bid that does not
conformities constitute 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. The
adjustment shall be made using the method indicated in
Section III, Evaluation and Qualification Criteria.
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
1-26 Section I. Instructions to Bidders (ITB)
and
Economic Evaluation
35.4 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 17.9 or ITB17.10;
(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 indicated in Section III, Evaluation
and Qualification Criteria.
35.5 If price adjustment is allowed in accordance with ITB 17.6,
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 price of the lot (contract)
combinations, including any discounts offered in the Letter of
Bid, is specified in Section III, Evaluation and Qualification
Criteria.
35.7 If the bid, which results in the lowest Evaluated Bid Price, is
1-28 Section I. Instructions to Bidders (ITB)
perform satisfactorily.
37.4 The capabilities of the manufacturers and subcontractors
proposed in its Bid to be used by the lowest evaluated Bidder
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.
38. Employer’s 38.1 The Employer reserves the right to accept or reject any bid,
Right to Accept and to annul the bidding process and reject all bids at any time
Any Bid, and prior to contract award, without thereby incurring any liability
to Reject Any to Bidders. In case of annulment, all bids submitted and
or All Bids specifically, bid securities, shall be promptly returned to the
Bidders.
Award of Contract
39. Award Criteria 39.1 Subject to ITB 38.1, the Employer shall award the Contract to
the Bidder whose offer has been determined to be the lowest
evaluated bid and is substantially responsive to the Bidding
Document, provided further that the Bidder is determined to
be eligible and qualified to perform the Contract satisfactorily.
39.2 The Contract shall not be awarded earlier than the expiry of
the Standstill Period. The Standstill Period shall be ten (10)
Days unless extended as per the BDS. The Standstill Period
commences the day after the date the Purchaser 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.
40. Notification of 40.1 The Purchaser shall send to each Bidder the Notification of
intension 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;
1-30 Section I. Instructions to Bidders (ITB)
41. Notification of 41.1 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”).
41.2 At the same time, the Employer shall also notify all other
Bidders of the results of the bidding, and shall publish in the
Official Journal of the European Union (OJEU), the results
identifying the bid and lot numbers and the following
information: (i) name of each Bidder who submitted a Bid; (ii)
bid prices as read out at Bid Opening; (iii) name and evaluated
prices of each Bid that was evaluated; (iv) name of bidders
whose bids were rejected and the reasons for their rejection;
and (v) name of the winning Bidder, and the Price it offered,
as well as the duration and summary scope of the contract
awarded..
41.3 Until a formal contract is prepared and executed, the Letter of
Acceptance shall constitute a binding Contract.
41.4 The Employer shall promptly respond in writing to any
unsuccessful Bidder who, after notification of award in
accordance with ITB 40.2, requests in writing the grounds on
which its bid was not selected.
42. Signing of 42.1 Promptly upon notification, the Employer shall send the
Contract successful Bidder the Contract Agreement.
42.2 Within twenty-eight (28) days of receipt of the Contract
Agreement, the successful Bidder shall sign, date, and return it
Section I. Instructions to Bidders (ITB) 1-31
to the Employer.
42.3 Notwithstanding ITB 41.2 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.
43. Performance 43.1 Within fourteen (14) days of signing the contract with the
Security Employer, the successful Bidder shall furnish the performance
security in accordance with the General Conditions, subject to
ITB 35.7, using for that purpose the Performance Security
Form included in Section IX, 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 performance
security shall have a correspondent financial institution
located in the Employer’s Country.
43.2 Failure of the successful Bidder to submit the above-
mentioned 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 next lowest evaluated Bidder
whose offer is substantially responsive and is determined by
the Employer to be qualified to perform the Contract
satisfactorily.
1-32 Section I. Instructions to Bidders (ITB)
ITB 4.4 Entities ineligible to receive a contract financed by EIB could be found in
the following lists:
https://www.un.org/sc/suborg/en/sanctions/un-sc-consolidated-list
https://eeas.europa.eu/topics/sanctions-policy/8442/consolidated-list-of-
sanctions_en
http://www.eib.org/about/accountability/anti-fraud/exclusion/index.htm
B. Bidding Document
ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Project Manager – LTDRP
Street Address: Stand No. 6949, Great East Road
Floor/Room number: Procurement Office, adjacent to ZESCO
Filling Station, ZESCO Limited, Head
Office, RCC Building
City: Lusaka
ZIP Code:
Country: Zambia
Telephone: +260 211 362514 or +260 211 361358
Facsimile number: +260 211 362366
Electronic mail address: procurement@zesco.co.zm
ltdrppiu@zesco.co.zm
C. Preparation of Bids
Section II. Bid Data Sheet 1-35
following requirement:
(i) Standard Type Certificate shall be for identical switchgear
with the same manufacturer, country, type and technical
parameters as the equipment offered.
(ii) Type Tests for the Internal Arc Certification shall be for
identical switchgear with the same manufacturer, country,
type and technical parameters as the equipment offered.
(e) Certified Copies of Type Test Reports for all Medium Voltage
Cables offered in accordance with IEC 60502, latest editions.
Type Test Certificates for 132kV cable will be for the same
voltage rating and equal or higher size cable in accordance with
IEC 60840.
(f) For Mono-poles the following documentation and calculations
need to be submitted to prove the contractor’s capability:
(i) Outline drawings of the proposed structures clearly
showing all dimensions and thicknesses,
(ii) Loading trees with maximum loads for the design of the
structures in accordance with the specification,
(iii) Calculation of the maximum tip load for each of the
structure types based on the loading trees,
(iv) Type test certificate of a family of double circuit mono
pole self-supporting structures with similar tip loads.
is:
(i) CIP Lusaka: Lot 1 Woodlands 33/11kV Substation Upgrade
(ii) CIP Lusaka: Lot 2 Coventry – Kafue 33kV Overhead Line
Upgrade
(iii) CIP Lusaka: Lot 3 Industrial – Matero 33kV Corridor Upgrade
ITB Plant and equipment manufactured or fabricated within the Employer’s
17.5(b)(i) country (Schedule No. 2) shall be quoted on an EXW (ex-factory, ex
works, ex warehouse or off-the-shelf, as applicable) basis, and shall be
inclusive of all costs as well as duties and taxes paid or payable on
components and raw materials incorporated or to be incorporated in the
facilities.
ITB 17.5(d) Named place of final destination is as stated below all of them being within
20km of the Lusaka City Centre:
ITB 22.1 Bidders shall not have the option of submitting their bids electronically.
ITB 22.1 (b) Not Applicable.
ITB 23.1 For bid submission purposes only, the Employer’s address is:
Attention: Senior Manager Procurement and Stores
Street Address: ZESCO Limited, Stand No. 6949, Great East
Road
1.40 Section II. Bid Data Sheet
ITB 33.1 The currency that shall be used for bid evaluation and comparison
purposes to convert all bid prices expressed in various currencies into a
single currency is:
United States Dollars (USD)
The source of exchange rate shall be:
Bank of Zambia (Central Bank of Zambia)
The date for the exchange rate shall be:
Fourteen (14) days before the submission
ITB 35.5 The Purchaser’s evaluation of a bid will exclude and not take into account:
Wherever a Bidder is required to state a monetary amount, Bidders should indicate the USD
equivalent using the rate of exchange determined as follows:
-For construction turnover or financial data required for each year - Exchange rate
prevailing on the last day of the respective calendar year (in which the amounts for
that year is to be converted) was originally established.
-Value of single contract - Exchange rate prevailing on the date of the contract.
Exchange rates shall be taken from the publicly available source identified in the ITB 33.1.
Any error in determining the exchange rates in the Bid may be corrected by the Employer.
1-44 Section III. Evaluation and Qualification Criteria
1 EVALUATION
2 QUALIFICATION
Factor
2.1 Eligibility
Criteria
Bidder
Sub-Factor Single Entity Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
All partners Each At least one
combined partner partner
2.1.1 Nationality Existing or
Form ELI –1.1 and
Nationality in accordance with Must meet intended JVA Must meet
N/A 1.2, with
ITB 4.2. requirement must meet requirement
attachments
requirement
2.1.2 Conflict of Existing or
Interest No- conflicts of interests as Must meet intended JVA Must meet
N/A Letter of Bid
described in ITB 4.3. requirement must meet requirement
requirement
2.1.3 Bank Not having been declared Existing JVA
Must meet Must meet
Ineligibility ineligible by the Bank as must meet N/A Letter of Bid
requirement requirement
described in ITB 4.4. requirement
2.1.4 Government Form ELI –1.1 and
Compliance with conditions of Must meet Must meet Must meet
Owned Entity N/A 1.2, with
ITB 4.5 requirement requirement requirement
attachments
2.1.5 Ineligibility Not having been excluded as a
Existing JVA
based on a European result of EU, EIB or UN Must meet Must meet
must meet N/A Letter of Bid
Union, EIB or United sanction list, in accordance with requirement requirement
requirement
Nations sanction list. ITB 4.8
Section III. Evaluation and Qualification Criteria 1-47
Factor
2.2 Historical Contract Non-Performance
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.2.1 History of non- Must meet Must meet Form CON – 2
Non-performance of a contract
performing contracts requirement by requirement by
did not occur within the last Letter from lawyer
itself or as itself or as
five (5) years prior to the N/A N/A stating the
partner to past partner to past
deadline for application company’s
or existing or existing
submission.1 performance history.
JVA JVA
2.2.2 Suspension based Must meet Must meet
on Execution of Bid Not under suspension based on requirement by requirement by Letter from lawyer
Securing Declaration by execution of a Bid Securing itself or as itself or as stating the
N/A N/A
the Employer. Declaration pursuant to ITB partner to past partner to past company’s
20.9. or existing or existing performance history.
JVA JVA
2.2.3 Pending All pending litigation shall in Must meet Must meet Form CON – 2
Litigation total not represent more than requirement by requirement by
forty percent (40%) of the itself or as itself or as Letter from lawyer
N/A N/A stating the
Bidder’s net worth and shall be partner to past partner to past
treated as resolved against the or existing or existing company’s litigation
Bidder. JVA JVA status.
1
Non performance, as decided by the Employer, shall include all contracts where (a) non performance 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. Non performance shall not include contracts where Employers decision was
overruled by the dispute resolution mechanism. Non performance 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 applicant have been exhausted.
1-48 Section III. Evaluation and Qualification Criteria
Factor
2.3 Financial Situation and Performance
Criteria Documentation
Required
Sub-Factor Bidder
Factor
2.3 Financial Situation and Performance
Criteria Documentation
Required
Sub-Factor Bidder
Factor
2.4 Experience
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.4.1 General Please note, Bidder's need to
Construction demonstrate their capability to
Experience design/engineer, procure and
construction (EPC) for this
contract. Demonstrate experience
under contracts in the role of Must meet Must meet Must meet
N/A Form EXP-2.4.1
contractor, subcontractor, or requirement requirement requirement
management contractor for at
least the last five (5) years prior to
the applications submission
deadline, and with activity in at
least nine (9) months in each year.
2.4.2 Specific (a) Participation as contractor,
Construction management contractor, or
Experience subcontractor, in at least two (2)
contracts within the last five (5)
years , each with a value of at
least US $3,000,000.00 (Three
million USD), that have been
Must meet
successfully and substantially Must meet
requirements for N/A N/A Form EXP 2.4.2(a)
completed and that are similar to requirement
all characteristics
the proposed Plant and
Installation Services. The
similarity shall be based on the
physical size, complexity,
methods/technology or other
characteristics as per 2.9.2 b)
below.
Section III. Evaluation and Qualification Criteria 1-51
Factor
2.4 Experience
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.4.2 Specific (b) For the above or other
Construction contracts executed during the Must meet
Experience period stipulated in 2.9.2(a) requirements
above, a minimum experience in for their area of
the following key activities: expertise.
(i) For assessment purposes, It can be a
each of the contracts shall specialist
include successful Contractor for:
completion of at least a
i) Protection,
33kV or higher
Control and
Substation, with
Must meet Must meet Automation
associated power N/A Form EXP-2.4.2(b)
Transformers, requirements requirements ii) Design of
Switchgear, Protection Electric Utility
and Communications projects
Equipment.
iii)
(ii) Installation and Construction of
termination of 33kV or Electric Utility
higher underground projects
power cables.
iv) Supply of
iii) Substation automation Power System
using IEC 61850 Equipment
protocols.
Letter of Good
For the above completed
Standing detailing
2.4.3 Letter of contracts or works handed over, a Must meet Must meet Must meet Must meet
valid contact
Good Standing Letter of Good Standing from the requirements requirements requirements requirements
information of the
Client for the two largest projects.
authorised Client’s
1-52 Section III. Evaluation and Qualification Criteria
Factor
2.4 Experience
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
Project Manager /
Representative.
Contact information
(Name, phone
number and official
email address must
be provided
otherwise
experience will not
be considered.
2
Substantial completion shall be based on 80% or more works completed under the contract.
3
For contracts under which the Applicant participated as a joint venture member or sub-contractor, only the Applicant’s share, by value, shall be considered to
meet this requirement.
Factor
2.5 Environmental, Health, Safety and Quality
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.5.1 Health and Certified by an accredited Proof of
Safety Certification certification body for OHSAS Must meet Must meet Certification
18001 N/A N/A Body’s
requirements requirements
Accreditation and
proof of own
Section III. Evaluation and Qualification Criteria 1-53
Factor
2.5 Environmental, Health, Safety and Quality
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
Certification.
Factor
2.5 Quality and Project Management
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each partner At least one
combined partner
2.5.6 Local If the Bidder intends using a Local
Construction Construction Contractor, evidence
Contractor will be provided to confirm:
Memorandum of
i) The Subcontractor is familiar
Agreement between
with the Scope of Work
Must Comply Must Comply N/A N/A Bidder and Local
ii) Relationship and responsibility
Construction
split between the Main Contractor
Contractor
and the Subcontractor
iii) Maximum amount to be
subcontracted: 70% of Schedule 4
Section III. Evaluation and Qualification Criteria 1-55
Factor
2.6 Eligibility
Criteria
Bidder
Sub-Factor Single Entity Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
All partners Each At least one
combined partner partner
2.6.1 Nationality Existing or
Form ELI –1.1 and
Nationality in accordance with Must meet intended JVA Must meet
N/A 1.2, with
ITB 4.2. requirement must meet requirement
attachments
requirement
2.6.2 Conflict of Existing or
Interest No- conflicts of interests in Must meet intended JVA Must meet
N/A Letter of Bid
accordance with ITB 4.3. requirement must meet requirement
requirement
2.6.3 Bank Existing or
Not having been declared
Ineligibility Must meet intended JVA Must meet
ineligible by the Bank in N/A Letter of Bid
requirement must meet requirement
accordance with ITB 4.4.
requirement
2.6.4 Government Form ELI –1.1 and
Compliance with conditions of Must meet Must meet Must meet
Owned Entity N/A 1.2, with
ITB 4.5 requirement requirement requirement
attachments
2.6.5 Ineligibility Not having been excluded as a Existing or
based on a European result of EU, EIB or UN Must meet intended JVA Must meet
N/A Letter of Bid
Union, EIB or United sanction list, in accordance with requirement must meet requirement
Nations sanction list. ITB 4.8 requirement
1-56 Section III. Evaluation and Qualification Criteria
Factor
2.7 Historical Contract Non-Performance
Criteria
Bidder
Sub-Factor Documentation
Joint Venture, Consortium or Association
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each At least one
combined partner partner
2.7.1 History of non- Must meet Must meet Form CON – 2
Non-performance of a contract
performing contracts. requirement by requirement by
did not occur within the last Letter from lawyer
itself or as itself or as
five (5) years prior to the N/A N/A stating the
partner to past partner to past
deadline for application company’s
or existing or existing
submission. performance history.
JVA JVA
2.7.2 Suspension based Must meet Must meet
on Execution of Bid Not under suspension based on requirement by requirement by Letter from lawyer
Securing Declaration by execution of a Bid Securing itself or as itself or as stating the
N/A N/A
the Employer. Declaration pursuant to ITB partner to past partner to past company’s
20.9. or existing or existing performance history.
JVA JVA
2.7.3 Pending All pending litigation shall in Must meet Must meet Form CON – 2
Litigation total not represent more than requirement by requirement by
forty percent (40%) of the itself or as itself or as Letter from lawyer
N/A N/A stating the
Bidder’s net worth and shall be partner to past partner to past
treated as resolved against the or existing or existing company’s litigation
Bidder. JVA JVA status.
Non performance, as decided by the Employer, shall include all contracts where (a) non performance 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. Non performance shall not include contracts where Employers decision
was overruled by the dispute resolution mechanism. Non performance 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 applicant have been exhausted.
Section III. Evaluation and Qualification Criteria 1-57
Factor
2.8 Financial Situation and Performance
Criteria Documentation
Required
Bidder
Sub-Factor Joint Venture, Consortium or Association
Requirement (other than a sub-contractor)
Single Entity At least
All partners
Each partner one
combined
partner
2.8.1 Historical Submission of audited balance
Financial sheets or financial statements
Performance acceptable to the Employer, for
the last five (5) years to
Must meet Must meet Form FIN – 3.1 with
demonstrate the current N/A N/A
requirement requirement attachments
soundness of the Bidder’s
financial position and its
prospective long term
profitability.
2.8.2 Average Minimum average annual
Annual Turnover construction turnover of
Must meet at
US $1,000,000.00 (One million Must meet
least fifty
USD) calculated as total Must meet Must meet Fifty percent
percent (50%) Form FIN –3.2
certified payments received for requirement requirement (50%) of the
of the
contracts in progress or requirement
requirement
completed, within the last five
(5) years.
1-58 Section III. Evaluation and Qualification Criteria
Factor
2.8 Financial Situation and Performance
Criteria Documentation
Required
Bidder
Sub-Factor Joint Venture, Consortium or Association
Requirement (other than a sub-contractor)
Single Entity At least
All partners
Each partner one
combined
partner
2.8.3 Financial The Bidder must demonstrate
Resources access to, or availability of,
financial resources such as
liquid assets, unencumbered
real assets, lines of credit, and
other financial means, other
than any contractual advance
payments to meet:
Must meet at Must meet at
(i) Construction cash flow
least fifty least fifty
requirements estimated as Must meet Must meet
percent (50%) percent Form FIN –3.3
US $400,000.00 (Four Hundred requirement requirement
of the (50%) of the
Thousand USD) for the project.
requirement requirement
(ii) The Applicant shall also
demonstrate, to the satisfaction
of the Employer, that it has
adequate sources of finance to
meet the cash flow
requirements on works
currently in progress and for
future contract commitments.
Section III. Evaluation and Qualification Criteria 1-59
Factor
2.9 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
2.9.1 General Please note, Bidder's need to
Construction demonstrate their capability to
Experience design/engineer, procure and
construction (EPC) for this
contract. Bidder’s also need to
demonstrate experience under
Must meet Must meet
contracts in the role of Prime N/A N/A Form EXP-2.4.1
requirement requirement
Contractor, Joint Venture
Member or Sub-Contractor for at
least the last Five (5) years prior
to the applications submission
deadline, and with activity in at
least nine (9) months in each year.
1-60 Section III. Evaluation and Qualification Criteria
Factor
2.9 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
2.9.2 Specific (a) Participation as Prime
Construction Contractor, Joint Venture
Experience Member3 or Sub-Contractor3, in
at least two (2) contracts within
the last Five (5) years, each with a
value of at least US $400,000.00
(Four Hundred Thousand USD),
Must meet
that have been successfully and Must meet Must meet Form EXP
N/A requirement for
substantially2 completed and that requirement requirements 2.4.2(a)
one project
are similar to the proposed Plant
and Installation Services. The
similarity shall be based on the
physical size, complexity,
methods/technology or other
characteristics as per 2.4.2 b)
below.
Section III. Evaluation and Qualification Criteria 1-61
Factor
2.9 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
2.9.2 Specific (b) For the above or other
Construction contracts executed during the
Experience period stipulated in 2.4.2(a)
above, a minimum experience in
the following key activities: Must meet
requirements for
(i) Construction of 33kV their area of
Overhead Lines. expertise.
For assessment purposes, It can be a
each of the contracts shall specialist
include successful Contractor for:
completion of 33kV, or
higher, overhead line with i) Protection,
OPGW. Control and
Must meet Must meet Automation Form EXP-
N/A
For each project shown, a requirements requirements 2.4.2(b)
copy of the certificate of ii) Design of
the completion of works Electric Utility
must be provided. The projects
construction of 33kV iii) Construction
overhead monopole lines of Electric
will be an added Utility projects
advantage
iv) Supply of
Power System
Equipment.
1-62 Section III. Evaluation and Qualification Criteria
Factor
2.9 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
Letter of Good
Standing
detailing valid
contact
information of
the authorised
Client’s Project
Manager /
For the above completed Representative.
2.9.3 Letter of contracts or works handed over, a Must meet Must meet Must meet Must meet Contact
Good Standing Letter of Good Standing from the requirements requirements requirements requirements information
Client for the two largest projects. (Name, phone
number and
official email
address must be
provided
otherwise
experience will
not be
considered.
2
Substantial completion shall be based on 80% or more works completed under the contract.
3
For contracts under which the Applicant participated as a joint venture member or sub-contractor, only the Applicant’s share, by value, shall be considered to
meet this requirement.
Section III. Evaluation and Qualification Criteria 1-63
Factor
2.10 Environmental, Health, Safety and Quality
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.10.1 Health and Certified by an accredited Proof of
Safety Certification certification body for OHSAS Certification
18001 Must meet Must meet Body’s
N/A N/A
requirements requirements Accreditation and
proof of own
Certification.
2.10.2 Environ- Certified by an accredited Proof of
mental Certification certification body for ISO Certification
14001:2004. Must meet Must meet Body’s
N/A N/A
requirements requirements Accreditation and
proof of own
Certification.
2.10.3 Quality Certified by an accredited Proof of
Management certification body for ISO9001 Certification
Certification Must meet Must meet Body’s
N/A N/A
requirements requirements Accreditation and
proof of own
Certification.
2.10.4 Professional Proposed Project Manager
Project registered as a Professional Proof of PM’s
Management Project Manager with an Accreditation.
Must meet Must meet
accredited certification body N/A N/A Include a Detailed
requirements requirements
Minimum Requirements: CV for nominated
- Experience on 2 similar projects PM.
- 10 years relevant experience
2.10.5 CV’s of Key Key Personnel as defined under Must provide Must provide CV’s indicating
Personnel Paragraph 2.23: Personnel below. appropriate appropriate N/A N/A relevant specific
resources resources working experience
1-64 Section III. Evaluation and Qualification Criteria
Factor
2.10 Environmental, Health, Safety and Quality
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.10.6 Local If the Bidder intends using a Local
Construction Construction Contractor, evidence
Contractor will be provided to confirm:
Memorandum of
i) The Subcontractor is familiar
Agreement between
with the Scope of Work
Must Comply Must Comply N/A N/A Bidder and Local
ii) Relationship and responsibility
Construction
split between the Main Contractor
Contractor
and the Subcontractor
iii) Maximum amount to be
subcontracted: 70% of Schedule 4
Section III. Evaluation and Qualification Criteria 1-65
Factor
2.12 Historical Contract Non-Performance
Criteria
Bidder
Sub-Factor Documentation
Joint Venture, Consortium or Association
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each At least one
combined partner partner
2.12.1 History of non- Must meet Must meet Form CON – 2
Non-performance of a contract
performing contracts. requirement by requirement by
did not occur within the last Letter from lawyer
itself or as itself or as
five (5) years prior to the N/A N/A stating the
partner to past partner to past
deadline for application company’s
or existing or existing
submission. performance history.
JVA JVA
2.12.2 Suspension based Must meet Must meet
on Execution of Bid Not under suspension based on requirement by requirement by Letter from lawyer
Securing Declaration by execution of a Bid Securing itself or as itself or as stating the
N/A N/A
the Employer. Declaration pursuant to ITB partner to past partner to past company’s
20.9. or existing or existing performance history.
JVA JVA
2.12.3 Pending All pending litigation shall in Must meet Must meet Form CON – 2
Litigation total not represent more than requirement by requirement by
forty percent (40%) of the itself or as itself or as Letter from lawyer
N/A N/A stating the
Bidder’s net worth and shall be partner to past partner to past
treated as resolved against the or existing or existing company’s litigation
Bidder. JVA JVA status.
1
Non performance, as decided by the Employer, shall include all contracts where (a) non performance 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. Non performance shall not include contracts where Employers decision
was overruled by the dispute resolution mechanism. Non performance 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 applicant have been exhausted.
1
Bidder to use as appropriate
Section III. Evaluation and Qualification Criteria 1-67
Factor
2.13 Financial Situation and Performance
Criteria Documentation
Required
Bidder
Sub-Factor Joint Venture, Consortium or Association
Requirement (other than a sub-contractor)
Single Entity At least
All partners
Each partner one
combined
partner
2.13.1 Historical Submission of audited balance
Financial sheets or financial statements
Performance acceptable to the Employer, for
the last five (5) years to
Must meet Must meet Form FIN – 3.1 with
demonstrate the current N/A N/A
requirement requirement attachments
soundness of the Bidder’s
financial position and its
prospective long term
profitability.
2.13.2 Average Minimum average annual
Annual Turnover construction turnover of
Must meet at
US $4,000,000.00 (Four Must meet
least fifty
million USD) calculated as Must meet Must meet fifty percent
percent (50%) Form FIN –3.2
total certified payments requirement requirement (50%) of the
of the
received for contracts in requirement
requirement
progress or completed, within
the last five (5) years.
1-68 Section III. Evaluation and Qualification Criteria
Factor
2.13 Financial Situation and Performance
Criteria Documentation
Required
Bidder
Sub-Factor Joint Venture, Consortium or Association
Requirement (other than a sub-contractor)
Single Entity At least
All partners
Each partner one
combined
partner
2.13.3 Financial The Bidder must demonstrate
Resources access to, or availability of,
financial resources such as
liquid assets, unencumbered
real assets, lines of credit, and
other financial means, other
than any contractual advance
payments to meet:
Must meet at Must meet at
(i) Construction cash flow
least fifty least fifty
requirements estimated as Must meet Must meet
percent (50%) percent Form FIN –3.3
US $1,000,000.00 (One million requirement requirement
of the (50%) of the
USD) for the project.
requirement requirement
(ii) The Applicant shall also
demonstrate, to the satisfaction
of the Employer, that it has
adequate sources of finance to
meet the cash flow
requirements on works
currently in progress and for
future contract commitments.
Section III. Evaluation and Qualification Criteria 1-69
Factor
2.14 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
2.14.1 General Please note, Bidder's need to
Construction demonstrate their capability to
Experience design/engineer, procure and
construction (EPC) for this
contract Demonstrate experience
under contracts in the role of Must meet Must meet
N/A N/A Form EXP-2.4.1
Prime Contractor, Joint Venture requirement requirement
Member or Sub-Contractor for at
least the last Five (5) years prior
to the applications submission
deadline, and with activity in at
least nine (9) months in each year.
2.14.2 Specific (a) Participation as Prime
Construction Contractor, Joint Venture
Experience Member3 or Sub-Contractor3, in
at least two (2) contracts within
the last Five (5) years, each with a
value of at least US
$1,200,000.00 (One million Two Must meet
Must meet Must meet
Hundred Thousand USD), that N/A requirement Form EXP 2.4.2(a)
requirement requirements
have been successfully and for one project
substantially2 completed and that
are similar to the proposed Plant
and Installation Services. The
similarity shall be based on the
physical size, complexity,
methods/technology or other
1-70 Section III. Evaluation and Qualification Criteria
Factor
2.14 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
characteristics as per 2.16.2 b)
below.
2.14.2 Specific (b) For the above or other Must meet
Construction contracts executed during the requirements
Experience period stipulated in 2.16.2(a) for their area
above, a minimum experience in of expertise.
the following key activities:
It can be a
(i) Construction of 33kV specialist
Overhead Lines. Contractor
For assessment purposes, for:
each of the contracts shall
i) Protection,
include successful
Control and
completion of 33kV, or
Automation
higher, overhead line with Must meet Must meet
OPGW. N/A ii) Design of Form EXP-2.4.2(b)
requirements requirements
Electric
For each project shown, a
Utility
copy of the certificate of
projects
the completion of works
must be provided. The iii)
construction of 33kV Construction
overhead monopole lines of Electric
will be an added Utility
advantage projects
iv) Supply of
Power System
Equipment
Section III. Evaluation and Qualification Criteria 1-71
Factor
2.14 Experience
Criteria
Bidder
Sub-Factor Joint Venture, Consortium or Association Documentation
Requirement Required
(other than a sub-contractor)
Single Entity
All partners Each partner At least one
combined partner
Letter of Good
Standing detailing
For the above completed
valid contact
2.14.3 Letter of contracts, a Letter of Good Must meet Must meet Must meet Must meet
information of the
Good Standing Standing from the Client for the requirements requirements requirements requirements
authorised Client’s
two largest projects.
Project Manager /
Representative
2
Substantial completion shall be based on 80% or more works completed under the contract.
3
For contracts under which the Applicant participated as a joint venture member or sub-contractor, only the Applicant’s share, by value, shall be considered to
meet this requirement.
Factor
2.15 Environmental, Health, Safety and Quality
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.15.1 Health and Certified by an accredited Proof of
Safety Certification certification body for OHSAS Certification Body’s
Must meet Must meet
18001 N/A N/A Accreditation and
requirements requirements
proof of own
Certification.
2.15.2 Environ- Certified by an accredited Must meet Must meet Proof of
mental Certification certification body for ISO N/A N/A
requirements requirements Certification Body’s
1-72 Section III. Evaluation and Qualification Criteria
Factor
2.15 Environmental, Health, Safety and Quality
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
14001:2004. Accreditation and
proof of own
Certification.
2.15.3 Quality Certified by an accredited Proof of
Management certification body for ISO9001 Certification Body’s
Must meet Must meet
Certification N/A N/A Accreditation and
requirements requirements
proof of own
Certification.
2.15.5 CV’s of Key Key Personnel as defined under Must provide Must provide CV’s indicating
Personnel Paragraph 2.23: Personnel below. appropriate appropriate N/A N/A relevant specific
resources resources working experience
2.15.6 Local If the Bidder intends using a Local
Construction Construction Contractor, evidence
Contractor will be provided to confirm:
Memorandum of
i) The Subcontractor is familiar
Agreement between
with the Scope of Work
Must Comply Must Comply N/A N/A Bidder and Local
ii) Relationship and responsibility
Construction
split between the Main Contractor
Contractor
and the Subcontractor
iii) Maximum amount to be
subcontracted: 70% of Schedule 4
Section III. Evaluation and Qualification Criteria 1-73
2.16 Personnel
The Bidder must demonstrate that it will have the personnel for the key positions that
meet the following requirements:
Lot 1
Total Similar
Total Work
Work
No. Position Experience
Experience
(years)
(years)
1 Project Manager 15 10
2 Senior Substation Design Engineer 15 10
3 Senior Electrical Transmission/Distribution 15 10
Design Engineer
4 Senior Protection and Control Engineer 15 10
5 Senior SCADA and Communication Engineer 15 10
6 Senior Civil Engineer 15 10
7 Senior Site Supervisor 15 10
Lot 2
Total Similar
Total Work
Work
No. Position Experience
Experience
(years)
(years)
1 Project Manager 15 10
2 Senior Overhead Line and Design Engineer 15 10
3 Senior Site Supervisor 15 10
4 Civil Engineer 15 10
Lot 3
Total Similar
Total Work
Work
No. Position Experience
Experience
(years)
(years)
1 Project Manager 15 10
2 Senior Substation Design Engineer 15 10
3 Senior Electrical Transmission/Distribution 15 10
Design Engineer
4 Senior Protection and Control Engineer 15 10
5 Senior SCADA and Communication Engineer 15 10
6 Senior Civil Engineer 15 10
7 Senior Site Supervisor 15 10
8 Senior Overhead Line and Design Engineer 15 10
1-74 Section III. Evaluation and Qualification Criteria
The Bidder shall provide details of the proposed personnel and their experience
records in the relevant Forms included in Section IV, Bidding Forms.
2.17 Assessment of adequacy of Technical Proposal with Requirements.
must meet the following minimum criteria, herein listed for that item:
a. All manufacturers are required to have been certified to ISO 9001
for their quality assurance systems, and have been manufacturing
similar products for at least 10 years. Failure to comply with this
requirement will result in rejection of the manufacturer.
Section III. Evaluation and Qualification Criteria 1-75
b. 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.
Letter of Bid
(a) We have examined and have no reservations to the Bidding Document, including
Addenda issued in accordance with Instructions to Bidders (ITB) 8 ;
(c) The price of our Bid, excluding any discounts, Duties and Taxes offered in item (d)
below is the sum of: ____________________________, (____________________________), and
__________________, (___________)
(d) The discounts offered and the methodology for their application are:
(e) Our bid shall be valid for a period of ____________________________ days from the
date fixed for the bid submission deadline in accordance with the Bidding Document,
and it shall remain binding upon us and may be accepted at any time before the
expiration of that period;
(f) If our bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Document;
(g) We, including any subcontractors or manufacturers for any part of the contract , have or
will have nationalities from eligible countries, in accordance with ITB-4.2;
(h) We, including any subcontractors or manufacturers for any part of the contract, do not
have any conflict of interest in accordance with ITB-4.3;
(i) We are not submitting more than one bid in this bidding process as a Bidder, either
individually or as a partner in a joint venture, in accordance with ITB-4.3, except for
alternative offers permitted under ITB Clause 13;
Section IV. Bidding Forms 1-79
(j) 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 European Investment Bank . Further, we are not ineligible pursuant to a
decision of the United Nations Security Council or the European Union;
(k) We are not a government owned entity/ We are a government owned entity but meet the
requirements of ITB-4.5;1
(l) We have paid, or will pay the following commissions, gratuities, or fees with respect to
the bidding process or execution of the Contract:
(m) We understand that this bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
contract is prepared and executed; and
(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
Signed
2
The amount of the Bond shall be denominated in the currency of the Purchaser’s country or the equivalent
amount in a freely convertible currency.
1-80 Section IV. Bidding Forms
3 Task 3 - Intergrade existing 33 & 11kV cables into new Woodlands Substation
Lot 1 Rev 5
Part 1-84 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Instructions to Bidders
Modification of any part of the Pricing Schedules might result in the misplacement of information which is crucial for successful Bid evaluation. Bidders
should follow and adhere to the following rules and guidelines in completing the Pricing Schedules:
1 Make sure it is the latest Revision of the Pricing Schedules which might have been submitted as an Addendum.
2 Bidders need to keep the format of the Pricing Schedules exactly the same as the original:
a. Do not add, delete or insert any columns
b. Do not add, delete or insert any rows. Make use of the space provided under Additional Items which can be
found in the different sections of this Pricing Schedules
c. Do not change any fonts or formatting
3 Do not change any quantities. Please add quantities under the Additional Items sections provided if necessary.
4 Do not change any headings or equipment descriptions. Use the Additional Items sections if necessary.
5 Do not change any Worksheet names or add delete/add any Worksheets
6 Do not change the name of the Spreadsheet.
7 Check and confirm that all formulas are giving the correct answers.
8 Do not use Unit pricing with more than two decimals for example $1000.23 and not $1000.2345
This Pricing Schedule must be submitted in Excel format with the Bidding Documents. The Schedules must be submitted on flash disk in a clearly marked
envelope indicating the following information: Tender number, LOT number, Description and Bidder's name. The envelope must be attached to the cover
page of Volume 1.
Before the Pricing Schedules are submitted make sure of the following:
9 Make sure all prices are unique to this Pricing Schedule document and not linked to other documents.
10 There are no passwords in the Excel document which prevents the contents of the document from being opened
11 The Bidder's Name is provided in the space provided at the bottom of each of the Schedules (Front Page, Schedule 1 to Schedule 6)
12 The CD or memory stick used for the submission is clearly marked with the Bidder's name
13 The CD or memory stick is properly attached to the Bidding document
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-85
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
2 2
CURRENCY 1 : CURRENCY 2 :
1 QTY
ITEM DESCRIPTION CODE UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Concrete poles
1.1 Supply 14m self-supporting concrete poles 8 each - -
Lot 1 Rev 5
Part 1-86 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1.11 Supply joint for 240mm² 19/33kV 3C XLPE Cu SWA cable 7 each - -
Supply 33kV outdoor cable termination for single pole for 240mm² 19/33kV 3C XLPE Cu
1.12 3 each - -
SWA cable as per typical drawing ZAM-GEN-41-G-12827
Supply 33kV outdoor cable termination for H-pole for 240mm² 19/33kV 3C XLPE Cu SWA
1.13 2 each - -
cable as per typical drawing GH9709
Install outdoor cable termination for 240mm² 19/33kV 3C XLPE Cu SWA for new 33kV
1.14 5 each - -
overhead feeder bays cable termination structures
1.15 Supply 450mm (200micron) danger tape 792 m - -
1.16 Supply 900 x 300 x 65 mm cable concrete protection slab 55 each - -
1.17 Supply 100-250mm water pipe repair kit(joints and 1m pipe if required) 10 each - -
1.18 Supply 250-400mm water pipe repair kit(joints and 1m pipe if required) 10 each - -
1.19 Supply LV cable repair kit(joints and 1m cable if required) 10 each - -
1.20 Supply MV cable repair kit(joints and 1m cable if required) 10 each - -
1.21 Supply MV/LV heat shrinkable zip-sleeve repair 20 each - -
1.22 Supply Type A concrete cable route markers 30 each - -
1.23 Supply 24 Core duct armoured fiber cable 600 m - -
1.24 Supply 40mm fiber duct 600 m - -
1.25 Supply fiber outdoor termination box and sub-soil draw boxes 1 lot - -
Surge arrestors - -
The unit rate for the surge arrestors must make provision for any hardware, fastening
- -
equipment, jumpers, crossarms and earthing material for a 5m crowsfoot
1.23 Supply complete 11kV drop-out surge arestor assembly for single concrete pole 1 each - -
1.24 Supply complete 33kV drop-out surge arestor assembly for single concrete pole 2 each - -
1.25 Supply complete 33kV drop-out surge arestor assembly for concrete H-pole 3 each - -
1.26 Supply earthing material for 5m crow's foot 6 each - -
- -
Labels - -
Note: The labelling of structures is to be in accordance with the standard for the labelling
- -
of high voltage equipment and must make provision for any fastening equipment.
1.27 Supply of circuit designation labels 6 set - -
1.28 Supply Phase Identification Disk (RYB) 6 set - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-87
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1.29 Supply Temporary traffic control signage during road crossings 1 lot - -
- -
1.30 Dismantle and remove existing 11 & 33kV overhead structures 1 lot - -
- -
2 Task 2 - Construct New Woodlands 33/11 kV Substation - -
Primary Equipment - -
33kV Outdoor Yard - -
2.1 Supply 33kV Line Isolator with Earth Switch 6 each - -
2.2 Supply 33kV Busbar Isolator 8 each - -
2.3 Supply 33kV Bus section Isolator 2 each - -
2.4 Supply 33kV Feeder Current Transformers 24 each - -
2.5 Supply 33kV Bus section Current Transformers 6 each - -
2.6 Supply 33kV Feeder Circuit Breaker 8 each - -
2.7 Supply 33kV Bus Section Circuit Breaker 1 each - -
2.8 Supply 33kV/110V 1Ph Voltage Transformer 24 each - -
2.9 Supply 33kV Station Class Surge Arrester 24 each - -
2.10 Supply 33kV Post Insulators 60 each - -
2.11 Supply 66kV Post Insulators 6 each - -
Supply 33/11kV 30MVA Dyn1 Transformer, complete with tap changer, surge arrestor
2.12 2 each - -
brackets and accelometer.
2.13 Supply 11kV Station Class Surge Arrester 6 each - -
2.14 Supply 11kV Neutral Earthing Resistor 2 each - -
Lot 1 Rev 5
Part 1-88 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Common Yard
2.33 Supply 400W Led Floodlights 16 each - -
2.34 Supply All safety signs, labels and and nameplates with fixing equipment 1 lot - -
2.35 Supply 110mm PVC Sleeves 320 m - -
2.36 Supply 160mm PVC Sleeves 60 m - -
2.37 Supply 200mm Concrete sleeves 130 m - -
2.38 Supply 300mm Dia Concrete Pipes for oil containment system 25 m - -
2.39 Supply 5,000l Water tanks with steel support structure 2 each - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-89
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Earth Grid
Supply Copper rod 10.0mm annealed for earth grid (1m below ground level) and earthing
2.40 1,740 m - -
columns
2.41 Supply 50mm x 3mm Flat copper for earth tails to the foundations. 350 m - -
2.42 Supply 50mm x 3mm Flat copper for earth-tails to the fence and fence corner gate post 100 m - -
2.43 Supply 50mm x 3mm Flat copper for earth-tails for building earthing of panels. 150 m - -
2.44 Supply 50mm x 3mm Flat copper for earth-tails battery room 50 m - -
2.45 Supply Main earth grid bonding 10mm to 19/2.91 braced or cadweld 200 each - -
2.46 Supply Main earth bonding to earth tails diameter 10mm dia to 50mm x 3mm flat 245 each - -
2.47 Supply 60kg Sacrificial railway track earth 1 each - -
2.48 Supply 1.8m Cu Earth electrodes for each lightning mast. 32 each - -
Auxiliary Supply
2.59 Supply 11kV/400V 200kVA Auxiliary transformer 2 each - -
2.60 Supply 50kVA 400V 3ph Generator 1 each - -
2.61 Supply 1kV 120mm² 4C PVC Armored Cu Cable 140 m - -
Lot 1 Rev 5
Part 1-90 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Fire Protection
2.65 Supply SCADA interactable fire detection system with audible alarm 1 lot - -
2.66 Supply ABC Dry power fire extinguishers 10 each - -
2.67 Supply Automatic condensed aerosol generator (CAG) flooding with manual overrides 2 lot - -
2.68 Supply ABC trolley-mounted fire extinguishers 2 each - -
Fencing
2.69 Supply Outer fence pedestrian gates 1 each - -
2.70 Supply Inner fence pedestrian gates 2 each - -
2.71 Supply Outer fence 5m double-leaf lecurity gate 3 each - -
2.72 Supply Inner fence 5m double-deaf security gate 3 each - -
2.73 Supply 6m Transformer removable panels 2 each - -
2.74 Supply Welded square mesh fence complete with gates, dig barrier and razor mesh overhang 230 m - -
2.75 Supply Razor mesh Inner Fence 70 m - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-91
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Other
2.100 Supply Statistical Meters installed in the 11kV local feeder panels 13 each - -
2.101 Supply Statistical Meters for transformers installed in metering panel (6 meters per panel) 2 each - -
Lot 1 Rev 5
Part 1-92 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
2.102 Supply Tarrif Meters for 33kV feeders installed in metering panel (6 meters per panel) 6 each - -
2.103 Supply 33kV Metering panel 19" panels to house the meters 2 each
2.104 Supply 400V AC three-way automatic change over panel 1 each - -
2.105 Supply 230V AC distribution panel 1 each - -
Supply 110V DC Supply System inclusive of distribution panel, dual paralleled battery
2.106 1 lot - -
chargers, with NiCad batteries
Supply 48V DC Supply System inclusive of distribution panel, single battery charger, with
2.107 1 lot - -
NiCad batteries
2.108 Supply CT Junction boxes with terminals 1 lot - -
2.109 Supply VT Junction boxes with terminals 1 lot - -
2.110 Supply Transformer 3-phase Socket Supply box and plug (one per two transformers) 1 lot - -
Supply all secondary cabling for a comprehensive design. This includes but is not limited to
2.111 multicore control, fibres and small power cables complete with terminations (Ferrule, cable 1 lot - -
glands, cable shrouds, etc.)
3 Task 3 - Intergrade existing 33 & 11kV cables into new Woodlands Substation
3.1 Supply 120mm² 6.35/11kV 3C XLPE Cu SWA cable 1,500 m - -
3.2 Supply transition joint for 70/120mm² 6.35/11kV 3C XLPE/XLPE Cu SWA cable 2 each - -
3.3 Supply joint for 120mm² 6.35/11kV 3C XLPE/XLPE Cu SWA cable 3 each - -
3.4 Supply joint for 120mm² 6.35/11kV 3C XLPE/PILC Cu SWA cable 4 each - -
3.5 Supply 11kV indoor cable termination for 120mm² 6.35/11kV 3C XLPE Cu SWA cable 11 each - -
3.6 Supply 185mm² 6.35/11kV 3C XLPE Cu SWA cable 1,500 m - -
3.7 Supply joint for 185mm² 6.35/11kV 3C XLPE Cu SWA cable 5 each - -
3.8 Supply 11kV indoor cable termination for 185mm² 6.35/11kV 3C XLPE Cu SWA cable 2 each - -
3.9 Supply 450mm (200micron) danger tape 3,000 m - -
3.10 Supply 900 x 300 x 65 mm cable concrete protection slab 55 each - -
3.11 Supply 100-250mm water pipe repair kit(joints and 1m pipe if required) 10 each - -
3.12 Supply 250-400mm water pipe repair kit(joints and 1m pipe if required) 10 each - -
3.13 Supply LV cable repair kit(joints and 1m cable if required) 10 each - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-93
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Lot 1 Rev 5
Part 1-94 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-95
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
6.25 - -
6.26 - -
6.27 - -
6.28 - -
6.29 - -
6.30
Total Plant and Mandatory Spare Parts Supplied from Abroad Schedule 1 (Carried forward to Schedule No 5 Grand Summary) - -
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder
________________
Lot 1 Rev 5
Part 1-96 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Lot 1)
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Lot 1)
Supplied from abroad (CIP) Supplied from abroad (CIP)
2 2
CURRENCY 1 : CURRENCY 2 :
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
2.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
3 Task 3 - Intergrade existing 33 & 11kV cables into new Woodlands Substation
3.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
4.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
Total Plant and Mandatory Spare Parts Supplied from within the Employers Country (Carried forward to Schedule No 5 Grand
- -
Summary)
Name of Bidder
________________
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-97
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
2 2
QTY CURRENCY 1 : CURRENCY 2 :
ITEM DESCRIPTION CODE¹ UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1 Task 1 -Relocate existing 33 & 11 kV distribution line termination structures
1.1 33 & 11 kV Structure design 1 lot - -
1.2 Sag and tension of 33 & 11 kV lines 1 lot - -
1.3 Surge arrestor earthing desing 1 lot - -
- -
2 Task 2 - Construct New Woodlands 33/11 kV Substation
2.1 Substation Civil Works
2.1.1 Substation Civil Design 1 lot - -
2.1.2 Substation Earthing Design 1 lot - -
2.1.3 Substation Stormwater and Drainage Design 1 lot - -
2.2 Primary Plant
2.2.1 Substation Electrical Design 1 lot - -
2.3 Protection
2.3.1 Protection & Control Designs 1 lot - -
2.4 SCADA and Telecommunications
2.4.1 Compile SCADA Functional Design Specification (FDS) 1 lot - -
2.4.2 Compile Telecommunication Functional Design Specification (FDS) 1 lot - -
2.4.3 Overall SCADA Detail Design 1 lot - -
2.4.4 Overall telecommunication Detail Design 1 lot - -
Lot 1 Rev 5
Part 1-98 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Name of Bidder
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-99
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Lot 1 Rev 5
Part 1-100 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
1.21 - -
1.22 - -
1.23 - -
1.24 - -
1.25 - -
1.26 - -
1.27 - -
Security
1.28 24 Hour security for the duration of the project 12 month - -
Permits and Notices
Allow for obtaining all necessary permits and approvals from statutory bodies (electricity,
water, telecoms, roads, aviation) and local authorities for:
- Transport of equipment
1.29 - Giving of notices to any other authority or institute involved. 1 lot - -
- Co-operation agreements with other traders/contractors involved with
the project.
- Approvals of line design, service and road crossings.
Labor Act Requirements
1.30 Allow for compliance with the requirements of the Construction Regulations 1 lot - -
1.31 Health and Safety Compliance 1 lot - -
Drawings
Allow for marking-up a full set of drawings to show the exact positions of cables, cable
joints, road crossings etc. These "As Built" drawings must be handed to the engineer at
1.32 1 lot - -
commissioning of the equipment. Also all maintenance manuals, including all technical
literature, test certificates and wiring diagrams as per specification.
Specialised Services
Provisional amount for services rendered by a specialist on request or instruction by the client
1.33 1 lot 50,000.00 50,000.00 -
or engineer (equivalent of USD 50'000.00).
Additional Items
Allow for attendance to all factory inspections and acceptance tests for primary plant
1.34 1 lot - -
equipment outside Zambia, such as travel expenses, accommodation and per diem. (give a
Any additional item(s), not shown in the schedules, that the tenderer consider essential and
wish to detail and price. (Provide full details)
1.35 - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-101
1.36 - -
1.37 - -
1.38 - -
1.39 - -
1.40 - -
1.41 - -
1.42 - -
1.43 - -
1.44 - -
2 Task 1 -Relocate existing 33 & 11 kV distribution line termination structures
Concrete poles
2.1 Install 14m self-supporting concrete poles 8 each - -
Cables
The unit rate for the cable terminations must make provision for all hardware, fastening
equipment, jumpers, crossarms etc.
2.6 Install 240mm² 6.35/11kV 3C XLPE Cu SWA cable 132 m - -
2.7 Install joint for 240mm² 6.35/11kV 3C XLPE Cu SWA cable 1 each - -
Install 11kV outdoor cable termination for single pole as per typical drawing MAZ-ALB-DM-
2.8 1 each - -
08-G-12190
2.9 Install 240mm² 19/33kV 3C XLPE Cu SWA cable 660 m - -
2.10 Install joint for 240mm² 19/33kV 3C XLPE Cu SWA cable 7 each - -
Expose by hand and re-route 240mm² 6.35/11kV 3C XLPE Cu SWA cable to new 11kV
2.11 100 m - -
switchgear panel
Lot 1 Rev 5
Part 1-102 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Install indoor cable termination for 240mm² 6.35/11kV 3C XLPE Cu SWA cable to new
2.12 1 each - -
11kV switchgear panel
Install 33kV outdoor cable termination for single pole for 240mm² 19/33kV 3C XLPE Cu
2.13 3 each - -
SWA cable as per typical drawing ZAM-GEN-41-G-12827
Install 33kV outdoor cable termination for H-pole for 240mm² 19/33kV 3C XLPE Cu SWA
2.14 2 each - -
cable as per typical drawing GH9709
Expose by hand and re-route 240mm² 19/33kV 3C XLPE Cu SWA cable to new 33kV
2.15 500 m - -
overhead feeder bays cable termination structure
Install outdoor cable termination for 240mm² 19/33kV 3C XLPE Cu SWA cable on new
2.16 5 each - -
33kV overhead feeder bays cable termination structure
2.17 Install 450mm (200micron) danger tape 1,392 m - -
2.18 Install 900 x 300 x 65 mm cable concrete protection slab 55 each - -
2.19 Install 100-250mm water pipe repair kit(joints and 1m pipe if required) 10 each - -
2.20 Install 250-400mm water pipe repair kit(joints and 1m pipe if required) 10 each - -
2.21 Install LV cable repair kit(joints and 1m cable if required) 10 each - -
2.22 Install MV cable repair kit(joints and 1m cable if required) 10 each - -
2.23 Install MV/LV heat shrinkable zip-sleeve repair 20 each - -
2.24 Install Type A concrete cable route markers 30 each - -
2.25 Install 24 Core duct armoured fiber cable 600 m - -
2.26 Install 40mm fiber duct 600 m - -
2.27 Install fiber outdoor termination box, termination and sub-soil draw boxes 1 lot - -
2.28 Import backfill material from a commercial source 587 m³ - -
2.29 Remove rubble from site to a licensed facility 587 m³ - -
Surge arrestors
The unit rate for the surge arrestors must make provision for any hardware, fastening
equipment, jumpers, crossarms and earthing material for a 5m crowsfoot
2.34 Install complete 11kV drop-out surge arestor assembly for single concrete pole 1 each - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-103
2.35 Install complete 33kV drop-out surge arestor assembly for single concrete pole 2 each - -
2.36 Install complete 33kV drop-out surge arestor assembly for concrete H-pole 3 each - -
2.37 Install earthing material for 5m crow's foot 6 - -
Labels
Note: The labelling of structures is to be in accordance with the standard for the labelling
of high voltage equipment and must make provision for any fastening equipment.
2.38 Install of circuit designation labels 6 set - -
2.39 Install Phase Identification Disk (RYB) 6 set - -
2.40 Temporary traffic control signage during road crossings 1 lot - -
Lot 1 Rev 5
Part 1-104 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Supply and install a storm water drainage system on and around the terrace on all the places
3.9 where storm water will accumulate on the platform as well as a concrete lined stormwater 1 lot - -
trench between the old and the new platforms
3.10 Rock breaking including drilling and Blasting - Chemical expansion type 150 m³ - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-105
Office Building
Supply material and construct a new building all inclusive off but not limited to all
3.27 excavations, concrete footings, brickwork, all finishes, main/ standby/outside lights, all 65 m² - -
modes of ventilation, trench covers, outside walkway and all cable racking.
Guard House
Supply material and construct a new building all inclusive off but not limited to all
3.28 excavations, concrete footings, brickwork, all finishes, main/ standby/outside lights, all 20 m² - -
modes of ventilation, outside walkway as per ZESCO Specification and drawings)
Planning Office
Supply material and construct a new building all inclusive off but not limited to all
3.29 excavations, concrete footings, brickwork, all finishes, main/ standby/outside lights, all 91 m² - -
modes of ventilation, trench covers, outside walkway and all cable racking.
Substation Facilities
Supply and Install 120 liter wheeled plastic bins marked Paper and Cardboard, Plastic, Metal
3.30 4 each - -
and General Waste
One equiped borehole and two 5,000l tanks on 6m stand supplying the community including
3.31 1 lot - -
all piping, connectors, water level sensors integrated with existing water system.
Supply and Install substation utilities - Substation desk, Bench at desk, Notice board, White
board, First aid kit, Danger notices, Primary equipment lables, Operating and maintenance
3.32 1 Lot - -
manuals, Mounted single line diagram, Durable frame for emergency numbers, Key box, Wall
mounted console desk for logbook
3.33 Supply and Install Covered parking 3m wide, 7m long 4 each - -
Fire Protection
3.34 Install SCADA interactable fire detection system with audible alarm 1 lot - -
3.35 Install ABC Dry power fire extinguishers 10 each - -
3.36 Install Automatic condensed aerosol generator (CAG) flooding with manual overrides 2 lot - -
3.37 Install ABC trolley-mounted fire extinguishers 2 each - -
3.38 Supply and Install material for a fire wall between transformers 1 each - -
Lot 1 Rev 5
Part 1-106 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
132kV Yard - Reinforced concrete foundations including all formwork, excavations, reinforcing and anchor bolts
Install 30 MVA Transformer Plinth complete with bund wall and galvanized rectangular steel
3.39 2 each - -
grid
3.40 Install 33kV Isolator Structure 16 each - -
3.41 Install 33kV Current Transformers 10 each - -
3.42 Install 33kV Circuit Breaker 9 each - -
3.43 Install 33kV Voltage Transformers Busbar 2 each - -
3.44 Install 33kV Cable Ends With VT & SA 6 each - -
3.45 Install 33/11kV Cable Ends and busbar supports (Transformer) 2 each - -
3.46 Install 33kV Main Busbar Supports 4 each - -
3.47 Install 11kV Neutral Earthing Resistor 2 each - -
3.48 Install 11kV/400V 200kVA Auxiliary transformer 2 each - -
3.49 Install 50kVA 400V 3ph Generator 1 each - -
3.50 Install 21m Lighting/Lightning Masts 4 each - -
3.51 Supply and Install material for a heavy duty reinforced concrete platform road. 200 m² - -
3.52 Supply and Install material for a heavy duty reinforced concrete substation access road. 270 m² - -
Supply 150x150x150mm moulds, prepare cubes and have the cubes tested at an independent
3.53 1 lot - -
authority
4 Primary Equipment
33kV Outdoor Yard
4.1 Install 33kV Line Isolator with Earth Switch 6 each - -
4.2 Install 33kV Busbar Isolator 8 each - -
4.3 Install 33kV Bus section Isolator 2 each - -
4.4 Install 33kV Feeder Current Transformers 24 each - -
4.5 Install 33kV Bus section Current Transformers 6 each - -
4.6 Install 33kV Feeder Circuit Breaker 8 each - -
4.7 Install 33kV Bus Section Circuit Breaker 1 each - -
4.8 Install 33kV/110V 1Ph Voltage Transformer 24 each - -
4.9 Install 33kV Station Class Surge Arrester 24 each - -
4.10 Install 33kV Post Insulators 60 each - -
4.11 Install 66kV Post Insulators 6 each - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-107
Install 33/11kV 30MVA Dyn1 Transformer, complete with tap changer, surge arrestor
4.12 2 each - -
brackets and accelerometer.
4.13 Install 11kV Station Class Surge Arrester 6 each - -
4.14 Install 11kV Neutral Earthing Resistor 2 each - -
Common Yard
4.33 Install 400W Led Floodlights 16 each - -
Lot 1 Rev 5
Part 1-108 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
4.34 Install All safety signs, labels and and nameplates with fixing equipment 1 lot - -
4.35 Install 110mm PVC Cable Sleeves 350 m - -
4.36 Install 160mm PVC Cable Sleeves 60 m - -
4.37 Install 200mm Concrete Cable sleeves 165 m - -
4.38 Install 300mm Dia Concrete Pipes for oil containment system 25 m - -
4.39 Install 5,000l Water tanks with steel support structure 2 each - -
4.40 Supply and Install material for Manholes for oil containment 3 each - -
4.41 Supply and Install French drain with 2,000 liter septic tank with sludge pumping facility 1 lot - -
Supply and Install material for Oil Containment System With Sumps, Manholes, Pipes,
4.42 1 lot - -
Oil/Water Separator And Oil Holding Dam
Supply and Install material for Sensing And Pumping System For Oil Containment System
4.43 1 lot - -
Including Sensors, Piping, Pumping Equipment And Electrical Installation With Control Box
4.44 Supply and Install material for Cable Trenches 900mm wide with covers 35 m - -
4.45 Supply and Install material for Cable Trenches 600mm wide with covers 85 m - -
Earth Grid
Excavate and install 10mm copper rod for earth grid (1m below ground level) and earthing
4.46 1,740 m - -
columns
4.47 Excavate and install 50mm x 3mm Flat copper for earth tails to the foundations. 350 m - -
Excavate and install 50mm x 3mm Flat copper for earth-tails to the fence and fence corner
4.48 100 m - -
gate post
4.49 Excavate and install 50mm x 3mm Flat copper for earth-tails for building earthing of panels. 150 m - -
4.50 Excavate and install 50mm x 3mm Flat copper for earth-tails battery room 50 m - -
4.51 Main earth grid bonding 10mm to 19/2.91 braced or cadweld 200 each - -
4.52 Main earth bonding to earth tails diameter 10mm dia to 50mm x 3mm flat 245 each - -
Excavate and install 60kg Sacrificial railway track earth, Silbraloy connected to the main
4.53 1 each - -
earth grid
Drilled holes 100mm diameter, 20m deep, one at each corner of the substation complete with
4.54 4 each - -
electrode and backfilled with conductive concrete
1.8m Cu Earth electrodes installed at each lightning mast. Two in series per connection to
4.55 32 each - -
main earthmat
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-109
Auxiliary Supply
4.67 Install 11kV/400V 200kVA Auxiliary transformer 2 each - -
4.68 Install 50kVA 400V 3ph Generator 1 each - -
4.69 Install 1kV 120mm² 4C PVC Armored Cu Cable 140 m - -
4.70 Install 11kV 120mm² 3C XLPE Armored Cu Cable 100 m - -
4.71 Install 1kV Cable clamps, lugs and terminations complete, PVC, Cu, 4C 120mm² Armored 6 set - -
4.72 Install 11kV Cable clamps, lugs and terminations complete, XLPE, Cu, 3C 120mm² Armored 4 set - -
Lot 1 Rev 5
Part 1-110 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Other
5.23 Install Statistical meters in the 11kV local feeder panels 13 each - -
5.24 Commission Statistical meters in the 11kV local feeder panels 13 each - -
5.25 Install Statistical Meters for transformers in metering panel (6 meters per panel) 2 each - -
5.26 Commission Statistical Meters for transformers in metering panel (6 meters per panel) 2 each - -
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-111
5.27 Install tarrif Meters for 33kV feeders in metering panel (6 meters per panel) 6 each - -
5.28 Commission tarrif Meters for 33kV feeders in metering panel (6 meters per panel) 6 each - -
5.29 Install 400V AC three-way automatic change over panel 1 each - -
5.30 Commission 400V AC three-way automatic change over panel 1 each - -
5.31 Install 230V AC distribution panel 1 each - -
5.32 Commission 230V AC distribution panel 1 each - -
Install 110V DC System inclusive of distribution panel, dual paralleled battery chargers, with
5.33 1 lot - -
NiCad batteries
Commission 110V DC System inclusive of distribution panel, dual paralleled battery
5.34 1 lot - -
chargers, with NiCad batteries
Install 48V DC System inclusive of distribution panel, single battery charger, with NiCad
5.35 1 lot - -
batteries
Commission 48V DC System inclusive of distribution panel, single battery charger, with
5.36 1 lot - -
NiCad batteries
5.37 Install CT Junction boxes with terminals 1 lot - -
5.38 Install VT Junction boxes with terminals 1 lot - -
5.39 Install Transformer 3-phase Socket Install box and plug (one per two transformers) 1 lot - -
Witnessing of each scheduled Factory Acceptance Test by three Engineers per discipline
5.40 1 lot - -
(protection, SCADA and telecommunication) as the representatives of the client
5.41 Site Acceptance Tests, as per specifications, for protection, SCADA and telecommunications 1 lot - -
5.42 Training, as per specifications, for protection, SCADA and telecommunications 1 lot - -
5.43 Testing and commissioning of all protection, SCADA and telecommunication works 1 lot - -
Install all secondary cabling for a comprehensive design. This includes but is not limited to
5.44 multicore control, fibres and small power cables complete with terminations (Ferrule, cable 1 lot - -
glands, cable shrouds, etc.)
6 Task 3 - Intergrade existing 33 & 11kV cables into new Woodlands Substation - -
6.1 Install 120mm² 6.35/11kV 3C XLPE Cu SWA cable 1,500 m - -
6.2 Install transition joint for 70/120mm² 6.35/11kV 3C XLPE/XLPE Cu SWA cable 2 each - -
6.3 Install joint for 120mm² 6.35/11kV 3C XLPE/XLPE Cu SWA cable 3 each - -
6.4 Install joint for 120mm² 6.35/11kV 3C XLPE/PILC Cu SWA cable 4 each - -
6.5 Install indoor cable termination for 120mm² 6.35/11kV 3C XLPE Cu SWA cable 11 each - -
Lot 1 Rev 5
Part 1-112 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-113
Lot 1 Rev 5
Part 1-114 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
9.21 - -
9.22 - -
9.23 - -
9.24 - -
9.25 - -
9.26 - -
9.27 - -
9.28 - -
9.29 - -
9.30 - -
Total Installation and other Services Schedule 4 (Carried forward to Schedule No 5 Grand Summary) 50,000.00 -
Name of Bidder
Signature of Bidder
Lot 1 Rev 5
Section IV Bidding Form Part 1-115
____________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Name of Bidder
__________________
Lot 1 Rev 5
Part 1-116 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
2 2
CURRENCY 1 : CURRENCY 2 :
1 QTY
ITEM DESCRIPTION CODE UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-117
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Lot 1 Rev 5
Part 1-118 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Lot 1 Rev 5
Section IV Bidding____________________________________________________________________________________________________________________________________________
Form Part 1-119
QTY
ITEM DESCRIPTION CODE1 UNIT
CIP CIP
(1)
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Name of Bidder
________________
Lot 1 Rev 5
1-120 Section IV. Bidding Forms
Section IV. Bidding Forms 1-121
LTDRPP4
Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
Name of Bidder
Lot 2 Rev 5
Part 1-124 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Instructions to Bidders
Modification of any part of the Pricing Schedules might result in the misplacement of information which is crucial for successful Bid evaluation. Bidders
should follow and adhere to the following rules and guidelines in completing the Pricing Schedules:
1 Make sure it is the latest Revision of the Pricing Schedules which might have been submitted as an Addendum.
2 Bidders need to keep the format of the Pricing Schedules exactly the same as the original:
a. Do not add, delete or insert any columns
b. Do not add, delete or insert any rows. Make use of the space provided under Additional Items which can be
found in the different sections of this Pricing Schedules
c. Do not change any fonts or formatting
3 Do not change any quantities. Please add quantities under the Additional Items sections provided if necessary.
4 Do not change any headings or equipment descriptions. Use the Additional Items sections if necessary.
5 Do not change any Worksheet names or add delete/add any Worksheets
6 Do not change the name of the Spreadsheet.
7 Check and confirm that all formulas are giving the correct answers.
8 Do not use Unit pricing with more than two decimals for example $1000.23 and not $1000.2345
This Pricing Schedule must be submitted in Excel format with the Bidding Documents. The Schedules must be submitted on flash disk in a clearly marked
envelope indicating the following information: Tender number, LOT number, Description and Bidder's name. The envelope must be attached to the cover
page of Volume 1.
Before the Pricing Schedules are submitted make sure of the following:
9 Make sure all prices are unique to this Pricing Schedule document and not linked to other documents.
10 There are no passwords in the Excel document which prevents the contents of the document from being opened
11 The Bidder's Name is provided in the space provided at the bottom of each of the Schedules (Front Page, Schedule 1 to Schedule 6)
12 The CD or memory stick used for the submission is clearly marked with the Bidder's name
13 The CD or memory stick is properly attached to the Bidding document
Lot 1 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-125
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 2)
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 2)
Lot 2 Rev 5
Part 1-126 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 2)
2
CURRENCY 1 : CURRENCY 22:
1 QTY
ITEM DESCRIPTION CODE UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Supply additional earths per AUR-OHL-EAR-MP-001
1.5.2 14 each - -
This includes the 15m BCEW counterpoise, all the clamps as well as the 1.5m earth spike
Supply substation bonding
1.5.3 100 meter - -
This includes the 50x3mm Cu strap as well as all the clamps/welding required
Supply all material for a distribution surge arrestor installation. The unit rate must make
1.5.4 provision for surge arrestors, mounting brackets, earthing conductors and rods, clamps, bonding 12 each - -
leads and fixing materials per H-pole structure.
1.6 Labelling
Note: The labelling of structures is to be in accordance with the standard for the labelling of
high voltage equipment:
1.6.1 Supply of circuit designation labels 28 each - -
1.6.2 Supply Phase Identification Disk - Set 4 each - -
Road/Rail Crossings, supply of temporary stays and structures. Including costs of traffic
1.6.3 3 each - -
control/signage and work outside normal work hours
1.7 Wooden pole structures
1.7.1 Supply 14m 225mm pole top wooden pole 8 each - -
Supply al material as per drawing GH9727 for a H-pole terminal structure. The unit rate must
1.7.2 make provision for the strain cross arm, three phase-conductor strains and all fixing material. 4 each - -
Poles and stays measured elsewhere
1.7.3 Supply al material as per drawing ZAM-GEN-DE-G-12831 for a complete stay. 8 each - -
1.7.4 Supply of circuit designation labels 1 lot - -
1.8 Cable installation
1.8.1 Supply 19/33kV 500mm² 1C AWA Cu XLPE cable with clamps every 300mm. 13,200 m - -
1.8.2 Supply joint kit for 19/33kV 500mm² 1C AWA Cu XLPE cable 44 each - -
1.8.3 Supply outdoor cable termination for a 19/33kV 500mm² 1C AWA Cu XLPE cable. 24 each - -
1.8.4 Supply 450mm (200micron) danger tape 2,000 m - -
1.8.5 Supply 160mm sleeves 720 m - -
1.8.6 Supply 900 x 300 x 65 mm cable concrete protection slab 200 each - -
1.8.7 Supply 100-250mm water pipe repair(joints and 1m pipe if required) 20 each - -
1.8.8 Supply 250-400mm water pipe repair(joints and 1m pipe if required) 20 each - -
1.8.9 Supply LV cable repair(joints and 1m cable if required) 40 each - -
1.8.10 Supply MV cable repair(joints and 1m cable if required) 40 each - -
1.8.11 Supply MV/LV heat shrinkable zip-sleeve repair 40 each - -
1.8.12 Supply TYPE A concrete cable route markers 100 each - -
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-127
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 2)
2
CURRENCY 1 : CURRENCY 22:
1 QTY
ITEM DESCRIPTION CODE UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
Supply cable support structures. The unit rate must make provision for all, clamps, protective
1.8.13 8 each - -
pipes, support chanels where required, all fixing material for all cable teminations.
2 Task 2: 33kV feeder bays at Coventry Substation and Kafue Substation
2.1 33kV Equipment
2.1.1 Supply 33kV line Isolator with Earth Switch 3 each - -
2.1.2 Supply 33kV busbar Isolator 3 each - -
2.1.3 Supply 33kV feeder Current Transformer 9 each - -
2.1.4 Supply 33kV Feeder Circuit Breaker 3 each - -
2.1.5 Supply 33kV/110V 1Ph voltage transformer 9 each - -
2.1.6 Supply 33kV station class surge arrester 9 each - -
2.1.7 Supply 33kV post insulators 27 each - -
2.2 33kV Yard - Small Materials for three line bays
2.2.1 Supply clamps and fittings (busbars, stringers, cable terminations and portable earths) 1 lot - -
2.2.2 Supply miscellaneous material and consumables not specifically mentioned 1 lot - -
2.2.3 Supply centipede conductor 300 m - -
2.2.4 Supply hornet conductor(VT & SA) 30 m - -
2.2.5 Supply 50mm x 3mm flat copper for earth tails 180 m - -
2.2.6 Supply 10mm copper rod for main earth grid 660 m - -
2.2.7 Supply main earth bonding (Cadweld) 1 lot - -
2.2.8 Supply portable earths 95mm² stranded conductor with UV stable PVC covering 3 each - -
2.2.9 Supply all equipment labels and safety signs and fixing equipment for new line bays 1 lot - -
2.3 33kV Yard - Steel Structures
2.3.1 Supply 33kV busbar isolator support 3 each - -
2.3.2 Supply 33kV line isolator support with earth switch 3 each - -
2.3.3 Supply 33kV circuit breakers support 3 each - -
2.3.4 Supply 33kV current transformer support 3 each - -
2.3.5 Supply 33kV combination cable termination, voltage transformer and surge arrestor 3 each - -
Lot 2 Rev 5
Part 1-128 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 2)
2
CURRENCY 1 : CURRENCY 22:
1 QTY
ITEM DESCRIPTION CODE UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
2.4 Protection, Control and Telecommunication Equipment
2.4.1 Protection
Supply equipment and material to integrate the existing protection panels with the new line bay
2.4.1.1 1 lot - -
equipment
2.4.1.2 Supply 33kV tariff metering on both end of the line 1 lot - -
2.4.2 SCADA and Telecommunications
Supply all equipment and material necessary to integrate the new feeder bay equipment and
2.4.2.1 1 lot - -
existing protection and control panels into the existing SCADA and telecommunication
2.4.3 Other
2.4.3.1 Supply equipment to integrate the new equipment into the existing AC/DC distribution panel 1 lot - -
2.4.3.2 Supply CT Junction boxes with terminals 1 lot - -
2.4.3.3 Supply VT Junction boxes with terminals 1 lot - -
Supply all secondary cabling for a comprehensive installation. This includes but is not limited to
2.4.3.4 multicore control, fibres and small power cables complete with terminations (Ferrule, cable 1 lot - -
glands, cable shrouds, etc.)
Re-routing of existing cables
2.4.3.5 Supply 185mm² 6.35/11kV 3C XLPE Cu SWA cable 300 m - -
2.4.3.6 Supply joint for 185mm² 6.35/11kV 3C XLPE Cu SWA cable 5 each - -
2.4.3.7 Supply Type A concrete cable route markers 10 each - -
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-129
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 2)
2
CURRENCY 1 : CURRENCY 22:
1 QTY
ITEM DESCRIPTION CODE UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
3 Additional items
Any additional item(s), not shown in the schedules, which the tenderer consider essential and
wish to detail and price. (Provide full details)
3.1 - -
3.2 - -
3.3 - -
3.4 - -
3.5 - -
3.6 - -
3.7 - -
3.8 - -
3.9 - -
3.10 - -
Total Plant and Mandatory Spare Parts Schedule 1 (Carried forward to Schedule No 5 Grand Summary) - -
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder
Signature of Bidder
Lot 2 Rev 5
Part 1-130 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Lot 2)
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Lot 2)
1 Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
1.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
2.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
Total Plant and Mandatory Spare Parts Supplied from within the Employers Country (Carried forward to Schedule No 5 Grand
Summary)
- -
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder
Signature of Bidder
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-131
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder -
Lot 2 Rev 5
Part 1-132 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
2 2
CURRENCY 1 : CURRENCY 2 :
QTY
ITEM DESCRIPTION CODE¹ UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1 ALL TASKS
1.1 Preliminary and General
1.1.1 Contractual Requirements 1 lot - -
Site establishment and the provision of a site office for use of the contractor, client and
1.1.2 1 lot - -
engineer, water and sanitary facilities, first aid services
Allow for attendance to all site meetings and inspections, transport and time, related to such
1.1.3 1 lot - -
meetings and inspections.
1.1.4 Removal of all site facilities after completion of the project 1 lot - -
1.2 Other Fixed Charge Additional Items (Specify)
1.2.1 - -
1.2.2 - -
1.2.3 - -
1.2.4 - -
1.2.5 - -
1.2.6 - -
1.2.7 - -
1.2.8 - -
1.2.9 - -
1.2.10 - -
1.3 Time Related items
1.3.1 Contractual requirements 12 month - -
1.3.2 Operating and maintenance of site facilities 12 month - -
1.3.3 Supervision and co-ordination of sub-contractors 12 month - -
1.3.4 Company costs and overheads 12 month - -
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-133
Lot 2 Rev 5
Part 1-134 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-135
Lot 2 Rev 5
Part 1-136 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-137
Lot 2 Rev 5
Part 1-138 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-139
Lot 2 Rev 5
Part 1-140 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Name of Bidder -
Lot 2 Rev 5
Section IV Bidding Forms Part 1-141
___________________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
1 Total Schedule No. 1. Plant, and Mandatory Spare Parts Supplied from Abroad - -
Total Schedule No. 2. Plant, and Mandatory Spare Parts Supplied from Within the
2 - -
Employer’s Country
Name of Bidder -
Lot 2 Rev 5
Part 1-142 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Sales and other taxes payable by the Employer per line item if Contract is awarded (Sales and other taxes imposed in the employers country and payable by the employer per line item)
2 2
CURRENCY 1 : CURRENCY 2 :
QTY
ITEM DESCRIPTION CODE¹ UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1 Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation - -
1.1 Conductor
1.1.1 Bear conductor 1,000 m - -
1.2 Insulator sets - -
1.2.1 Complete strain insulator sets with all required hardware included 5 each - -
1.2.2 Complete intermediate post insulator sets 5 each - -
1.3 Line Hardware - -
1.3.1 Bear Dead ends 10 each - -
1.3.2 Bear Midspan joints 5 each - -
2 Task 2: 33kV feeder bays at Coventry Substation and Kafue Substation - -
2.1 Tools/accessories for substation protection and control system (Bidder to list) 1 lot - -
2.2 Tools/accessories for 33kV equipment (Bidder to list) 1 lot - -
2.3 33kV circuit breaker spares for three bays
2.3.1 Set of contacts 1 lot - -
2.3.2 Set of gaskets 1 lot - -
2.3.3 Breaking chamber insulator 1 each - -
2.3.4 Support insulator 1 each - -
2.3.5 Spring charge motor 1 each - -
2.3.6 Close coil 1 each - -
2.3.7 Trip coil 1 each - -
2.3.8 Breaker control switch 1 each - -
2.3.9 Local control switch 1 each - -
Lot 2 Rev 5
Section IV Bidding___________________________________________________________________________________________________________________________________________________
Forms Part 1-143
Name of Bidder
Signature of Bidder
Lot 2 Rev 5
1-144 Section IV. Bidding Forms
LTDRPP4
Name of Bidder
Lot 3 Rev 5
Part 1-148 Section IV Bidding Forms
____________________________________________________________________________________________________________________________________________
Instructions to Bidders
Modification of any part of the Pricing Schedules might result in the misplacement of information which is crucial for successful Bid evaluation. Bidders
should follow and adhere to the following rules and guidelines in completing the Pricing Schedules:
1 Make sure it is the latest Revision of the Pricing Schedules which might have been submitted as an Addendum.
2 Bidders need to keep the format of the Pricing Schedules exactly the same as the original:
a. Do not add, delete or insert any columns
b. Do not add, delete or insert any rows. Make use of the space provided under Additional Items which can be
found in the different sections of this Pricing Schedules
c. Do not change any fonts or formatting
3 Do not change any quantities. Please add quantities under the Additional Items sections provided if necessary.
4 Do not change any headings or equipment descriptions. Use the Additional Items sections if necessary.
5 Do not change any Worksheet names or add delete/add any Worksheets
6 Do not change the name of the Spreadsheet.
7 Check and confirm that all formulas are giving the correct answers.
8 Do not use Unit pricing with more than two decimals for example $1000.23 and not $1000.2345
This Pricing Schedule must be submitted in Excel format with the Bidding Documents. The Schedules must be submitted on flash disk in a clearly marked
envelope indicating the following information: Tender number, LOT number, Description and Bidder's name. The envelope must be attached to the cover
page of Volume 1.
Before the Pricing Schedules are submitted make sure of the following:
9 Make sure all prices are unique to this Pricing Schedule document and not linked to other documents.
10 There are no passwords in the Excel document which prevents the contents of the document from being opened
11 The Bidder's Name is provided in the space provided at the bottom of each of the Schedules (Front Page, Schedule 1 to Schedule 6)
12 The CD or memory stick used for the submission is clearly marked with the Bidder's name
13 The CD or memory stick is properly attached to the Bidding document
Lot 1 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-149
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Part 1-150 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-151
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Part 1-152 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-153
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Part 1-154 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-155
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Part 1-156 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-157
Schedule No. 1. Plant and Mandatory Spare Parts Supplied from Abroad (Lot 3)
Supplied from abroad (CIP) Supplied from abroad (CIP)
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder
Signature of Bidder
Lot 3 Rev 5
Part 1-158 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Lot 3)
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Schedule No. 2. Plant and Mandatory Spare Parts Supplied from Within the Employer’s Country (Lot 3)
1.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
2.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
3.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
4 Task 4 –33kV feeder bay Matero Substation
4.1 Plant and Mandatory Spare Parts Supplied from within the Employers Country - -
Total Plant and Mandatory Spare Parts Supplied from within the Employers Country (Carried forward to Schedule No 5 Grand
- -
Summary)
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder
Signature of Bidder
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-159
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
2 2
CURRENCY 1 : CURRENCY 2 :
QTY
ITEM DESCRIPTION CODE¹ UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1 Task 1 - OHL from Industrial Substation to Mungwi Substation
1.1 Line design - Survey, Profiling & Templating 1 lot - -
1.2 Right of Way study including demolishing of infrastructure 1 lot
1.3 Structure design 1 lot - -
1.4 Foundation design 1 lot - -
1.5 Vibration Damping study 1 lot - -
2 Task 2: OHL from Mungwi Substation to Liverpool Substation
2.1 Line design - Survey, Profiling & Templating 1 lot - -
2.2 Right of Way study including demolishing of infrastructure 1 lot
2.3 Structure design 1 lot - -
2.4 Foundation design 1 lot - -
2.5 Vibration Damping study 1 lot - -
3 Task 3: OHL from Liverpool Substation to Matero Substation
3.1 Line design - Survey, Profiling & Templating 1 lot - -
3.2 Right of Way study including demolishing of infrastructure 1 lot
3.3 Structure design 1 lot - -
3.4 Foundation design 1 lot - -
3.5 Vibration Damping study 1 lot - -
Lot 3 Rev 5
Part 1-160 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
¹Specify the currency(ies) in accordance with the specifications in Bid Data Sheet under ITB 18.1 in Single Stage Bid or ITB 30.1 in Two Stage Bid
Name of Bidder -
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-161
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
Lot 3 Rev 5
Part 1-162 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-163
Lot 3 Rev 5
Part 1-164 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-165
Lot 3 Rev 5
Part 1-166 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-167
Lot 3 Rev 5
Part 1-168 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-169
Lot 3 Rev 5
Part 1-170 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-171
Lot 3 Rev 5
Part 1-172 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-173
Lot 3 Rev 5
Part 1-174 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Name of Bidder -
Lot 3 Rev 5
Section IV Bidding Forms Part 1-175
___________________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Specify currency(ies)
1 Total Schedule No. 1. Plant, and Mandatory Spare Parts Supplied from Abroad - -
Total Schedule No. 2. Plant, and Mandatory Spare Parts Supplied from Within the
2 - -
Employer’s Country
Name of Bidder -
Lot 3 Rev 5
Part 1-176 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
1) Bidders shall enter a code representing the Country of origin of all imported plant and equipment.
2) Sales and other taxes payable by the Employer per line item if Contract is awarded (Sales and other taxes imposed in the employers country and payable by the employer per line item)
2 2
CURRENCY 1 : CURRENCY 2 :
QTY
ITEM DESCRIPTION CODE¹ UNIT
(1) CIP CIP
TOTAL PRICE TOTAL PRICE
(Unit Price (Unit Price
[(1) x (2)] [(1) x (3)]
Excluding Taxes) Excluding Taxes)
(CIP) (CIP)
(2) (3)
1 Task 1 - OHL from Industrial Substation to Mungwi Substation - -
1.1 Conductor
1.1.1 Panther conductor 1,000 m - -
1.2 Insulator sets - -
1.2.1 Complete strain insulator sets with all required hardware included 5 each - -
1.2.2 Complete intermediate post insulator sets 5 each - -
1.3 Line Hardware - -
1.3.1 Panther Dead ends 10 each - -
1.3.2 Panther Midspan joints 5 each - -
2.1 Conductor
2.1.1 Panther conductor 1,000 m - -
2.2 Insulator sets - -
2.2.1 Complete strain insulator sets with all required hardware included 5 each - -
2.2.2 Complete intermediate post insulator sets 5 each - -
2.3 Line Hardware - -
2.3.1 Panther Dead ends 10 each - -
2.3.2 Panther Midspan joints 5 each - -
Lot 3 Rev 5
Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________ Part 1-177
3.1 Conductor
3.1.1 Panther conductor 1,000 m - -
3.2 Insulator sets - -
3.2.1 Complete strain insulator sets with all required hardware included 5 each - -
3.2.2 Complete intermediate post insulator sets 5 each - -
3.3 Line Hardware - -
3.3.1 Panther Dead ends 10 each - -
3.3.2 Panther Midspan joints 5 each - -
4 Task 4 –33kV feeder bay Matero Substation - -
4.1 Tools/accessories for substation protection and control system (Bidder to list) 1 lot - -
4.2 Tools/accessories for 11kV switchboard and 33kV equipment (Bidder to list) 1 lot - -
4.3 33kV circuit breaker spares
4.3.1 Set of contacts 1 lot - -
4.3.2 Set of gaskets 1 lot - -
4.3.3 Breaking chamber insulator 1 each - -
4.3.4 Support insulator 1 each - -
4.3.5 Spring charge motor 1 each - -
4.3.6 Close coil 1 each - -
4.3.7 Trip coil 1 each - -
4.3.8 Breaker control switch 1 each - -
4.3.9 Local control switch 1 each - -
Lot 3 Rev 5
Part 1-178 Section IV Bidding Forms
___________________________________________________________________________________________________________________________________________________
Name of Bidder
Signature of Bidder
Lot 3 Rev 5
Section IV. Bidding Forms 1-179
Price Adjustment
Under this form, the prices are to remain firm and fixed for the duration of the Contract.
Price Adjustment is not applicable.
1-180 Section IV. Bidding Forms
Technical Proposal
- Site Organization
- Method Statement
- Mobilization Schedule
- Construction Schedule
- Plant
- Contractor’s Equipment
- Personnel
- Others
Section IV. Bidding Forms 1-181
Site Organization
1-182 Section IV. Bidding Forms
Method Statement
Section IV. Bidding Forms 1-183
Mobilization Schedule
1-184 Section IV. Bidding Forms
Construction Schedule
Section IV. Bidding Forms 1-185
Plant
1-186 Section IV. Bidding Forms
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
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.
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
Form PER-2
Position
Professional qualifications
Address of employer
Fax E-mail
Summarize professional experience over the last 20 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.
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
Date: ______________________
ICB No.: ___________________
Invitation for Bid No.: ________
Page ________ of _______ pages
Please note that a written authorization needs to be attached to this sheet as required by ITB
21.2 Single Stage Bidding) or ITB 17.2 Two Stage Bidding
Section IV. Bidding Forms 1-193
Date: ______________________
ICB No.: ___________________
Invitation for Bid No.:_________
Page ________ of_ ______ pages
Form CON – 2
Historical Contract Non-Performance
In case a prequalification process was conducted this form should be used only if the
information submitted at the time of prequalification requires updating
Bidder’s Legal Name: _______________________ Date: _____________________
JVA Partner Legal Name: _______________________ ___________________
ICB No.: __________________
Page _______ of _______ pages
Contract non-performance did not occur during the stipulated period, in accordance with
Sub- Factor 2.2.1 of Section III, Evaluation Criteria
No pending litigation in accordance with Sub-Factor 2.2.2 of Section III, Evaluation Criteria
Pending litigation in accordance with Sub-Factor 2.2.2 of Section III, Evaluation Criteria,
as indicated below
Year Outcome as Total Contract
Percent of Contract Identification Amount (current
Total Assets value, US$
equivalent)
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
Section IV. Bidding Forms 1-195
Form CCC
Current Contract Commitments / Works in Progress
Bidders and each partner to a JVA 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.
2.
3.
4.
5.
etc.
1-196 Section IV. Bidding Forms
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 partner to a JVA, 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)
1-198 Section IV. Bidding Forms
*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.
Section IV. Bidding Forms 1-199
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in Section III,
Evaluation and Qualification Criteria
Source of financing Amount (US$ equivalent)
1.
2.
3.
4.
1-200 Section IV. Bidding Forms
Starting Ending
Contract Identification Role of
Month / Month /
Years Bidder
Year Year
*
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:
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
Section IV. Bidding Forms 1-201
Role in Contract
Contractor Management Subcontractor
Contractor
Complexity _________________________________
Methods/Technology _________________________________
Information
Contract Identification _______________________________________
Award date _______________________________________
Completion date _______________________________________
Role in Contract
Contractor Management Subcontractor
Contractor
Information
Description of the key activities in
accordance with Sub-Factor 2.4.2b) of
Section III:
_____________________________
[signature(s)]
Section IV. Bidding Forms 1-205
[The bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]
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 Invitation for Bids No. ___________ (“the IFB”).
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 Applicant:
(a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s
Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the
Applicant; 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, 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
1-206 Section IV. Bidding Forms
to the Beneficiary in relation to such contract agreement; or (b) if the Applicant is 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.
Section IV. Bidding Forms 1-207
_______________________________ ____________________________________
(Signature) (Signature)
(Printed name and title) (Printed name and title)
Section IV. Bidding Forms 1-209
Manufacturer’s Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in
the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type
of goods manufactured], having factories at [insert full address of Manufacturer’s factories],
do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is
to provide the following Goods, manufactured by us [insert name and or brief description of
the Goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the
General Conditions of Contract, with respect to the Goods offered by the above firm.
Covenant of Integrity
to the Promoter
from a Tenderer, Contractor, Supplier or Consultant to be attached to
its Tender
(or to the Contract in the case of a negotiated procedure)
Date: __________________
ICB No.: _________________
“We declare and covenant that neither we nor anyone, including any of our directors,
employees, agents, joint venture partners or sub-contractors, where these exist, acting on our
behalf with due authority or with our knowledge or consent, or facilitated by us, has engaged,
or will engage, in any Prohibited Conduct (as defined below) in connection with the
tendering process or in the execution or supply of any works, goods or services for [specify
the contract or tender invitation] (the “Contract”) and covenant to so inform you if any
instance of any such Prohibited Conduct shall come to the attention of any person in our
organisation having responsibility for ensuring compliance with this Covenant.
We shall, for the duration of the tender process and, if we are successful in our tender, for the
duration of the Contract, appoint and maintain in office an officer, who shall be a person
reasonably satisfactory to you and to whom you shall have full and immediate access, having
the duty, and the necessary powers, to ensure compliance with this Covenant.
If (i) we have been, or any such director, employee, agent or joint venture partner, where this
exists, acting as aforesaid has been, convicted in any court of any offence involving a
Prohibited Conduct in connection with any tendering process or provision of works, goods or
services during the five years immediately preceding the date of this Covenant, or (ii) any
such director, employee, agent or a representative of a joint venture partner, where this exists,
has been dismissed or has resigned from any employment on the grounds of being implicated
in any Prohibited Conduct, or (iii) we have been, or any of our directors, employees, agents
or joint venture partners, where these exist, acting as aforesaid has been excluded by the EU
Institutions or any major Multi-lateral Development Bank (including World Bank Group,
African Development Bank, Asian Development Bank, European Bank for Reconstruction
and Development, European Investment Bank or Inter-american Development Bank) from
participation in a tendering procedure on the grounds of Prohibited Conduct, we give details
of that conviction, dismissal or resignation, or exclusion below, together with details of the
measures that we have taken, or shall take, to ensure that neither this company nor any of our
directors, employees or agents commits any Prohibited Conduct in connection with the
Contract [give details if necessary].
Section IV. Bidding Forms 1-211
In the event that we are awarded the Contract, we grant the Project Owner, the European
Investment Bank (EIB) and auditors appointed by either of them, as well as any authority or
European Union institution or body having competence under European Union law, the right
of inspection of our records and those of all our sub-contractors under the Contract. We
accept to preserve these records generally in accordance with applicable law but in any case
for at least six years from the date of substantial performance of the Contract.”
Signed: _______________________________________
Name: ______________________________________
Title:______________________________________
Note: This Covenant must be sent to the Bank together with the contract in the case of an international
procurement procedure (as defined in article 3.3.2). In other cases, it must be kept by the promoter and available
upon request from the Bank. The Covenant is not mandatory for contracts awarded prior to Bank involvement
in the project. Nevertheless, promoters who are seeking or may seek EIB involvement in a project are advised to
include it in order to promote integrity among the tenderers/contractors. This is particularly relevant in the case
of a promoter who has already implemented a number of previous Bank-financed projects and is considering
further EIB financing
Section V. Eligible Countries 1-213
Eligibility for the Provision of Goods, Works and Non- Consulting Services in
Bank-Financed Procurement
In reference to ITB 4.2 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:
It is the Bank’s policy to require that promoters, as well as tenderers, contractors, suppliers
and consultants under Bank-financed contracts, observe the highest standard of ethics during
the procurement and execution of such contracts. The Bank reserves the right to take all
appropriate action in order to enforce this policy.
Moreover, the Bank is committed to ensuring that its loans are used for the purposes intended
and its operations are free from prohibited conduct (including but not limited to, fraud,
corruption, collusion, coercion1, and money laundering and terrorist financing).
In pursuance of this policy as set out in EIB’s Anti-Fraud Policy and within the framework of
its exclusion procedures (published in the Bank’s website: www.eib.org), the Bank:
• may declare an individual or an entity ineligible to be awarded a contract under any
EIB Project or to enter into any relationship with the Bank, if it determines pursuant
to its exclusion procedures that such individual or entity has engaged in any
prohibited conduct in the course of the procurement process and/or implementation of
the contract; and
• may cancel all or part of the Bank financing allocated to a contract for works, goods or
services if it, at any time, it determines, pursuant to its exclusion procedures, that an
individual or an entity has engaged in any prohibited conduct during the procurement
process or during the execution of the contract, without the promoter having taken
action satisfactory to the Bank to investigate and/or terminate the prohibited conduct
or, as the case may be, remedy the damage.
Prohibited Conduct includes corruption, fraud, coercion, collusion, obstruction, money
laundering and financing of terrorism defined as follows:
a. A corrupt practice, which is the offering, giving, receiving, or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party.
b. A fraudulent practice, which is any act or omission, including a misrepresentation that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial
or other benefit or to avoid an obligation.
c. A coercive practice, which 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.
d. A collusive practice, which is an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of another
party.
e. An obstructive practice is (a) deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation; 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 ElB's contractual rights of audit or access to information or
the rights that any banking, regulatory or examining authority or other equivalent
body of the European Union or of its Member States may have in accordance with
1-216 Section VI. Bank Policy – Corrupt and Fraudulent Practices
any law, regulation or treaty or pursuant to any agreement into which the EIB has
entered in order to implement such law, regulation or treaty.
Money laundering and financing of terrorism are defined in EC Directives on the
prevention of the use of the financial system for the purpose of money laundering and
terrorist financing, as amended and supplemented from time to time (hereafter
“AML/CFT Directive”), as follows:
f. Money laundering is
i the conversion or transfer of property, knowing that such property is derived
from criminal activity or from an act of participation in such activity, for the
purpose of concealing or disguising the illicit origin of the property or of
assisting any person who is involved in the commission of such activity to
evade the legal consequences of his action;
ii the concealment or disguise of the true nature, source, location, disposition,
movement, rights with respect to, or ownership of property, knowing that such
property is derived from criminal activity or from an act of participation in
such activity;
iii the acquisition, possession or use of property, knowing, at the time of receipt,
that such property was derived from criminal activity or from an act of
participation in such activity;
iv participation in, association to commit, attempts to commit and aiding,
abetting, facilitating and counselling the commission of any of the actions
mentioned in the foregoing points.
Financing of terrorism is the provision or collection of funds, by any means, directly
or indirectly, with the intention that they should be used or in the knowledge that they are to
be used, in full or in part, in order to carry out any of the offences within the meaning of
Articles 1 to 4 of the Council Framework Decision 2002/475/JHA of 13 June 2002 on
combating terrorism.
Section VII. Employer’s Requirements 2-1
PART 2 –Employer’s
Requirements
2-2 Section VII. Employer’s Requirements
Contents
1. PROJECT BACKGROUND
The Lusaka Transmission and Distribution Rehabilitation Project (LTDRP) aims to strengthen the existing
transmission and distribution infrastructure in and around Zambia’s capital, Lusaka. This is achieved by,
amongst other, increasing the power intake and distribution capacity and reliability of the 132 kV ring
surrounding Lusaka. The ring currently connects Lusaka West - Roma - Leopards Hill - Waterworks - Coventry
- Lusaka West substations. During the execution of the LTDRP packages, the integrity of the ring must be
protected by avoiding the isolation of more than one section at any point in time.
1.1 OBJECTIVE
Package 8 of the LTDRP increases the 33 kV infrastructure by:
Increase the transformer capacity at Woodlands Substation.
Increase the 33kV transfer capacity between Coventry and Kafue Substations
Increase the 33kV transfer capacity between Industrial, Mungwi, Liverpool and Matero Substations
1.2 OVERVIEW
The above objectives will be achieved under one contract, herein referred to as:
Lot 1: Woodlands 33/11kV Substation Upgrade (This document)
o Task 1 – Relocate existing 33 & 11 kV distribution line termination structures
o Task 2 - Construct new Woodlands 33/11 kV Substation.
o Task 3 – Intergrade existing 33 & 11kV cables into new Woodlands Substation
o Task 4 - Dismantle Existing Woodlands 33/11 kV Substation
Lot 2: Coventry – Kafue 33kV Overhead Line Upgrade (Separate document)
o Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
o Task 2: 33kV feeder bays at Coventry Substation and Kafue Substation
Lot 3: Industrial – Matero 33kV Corridor Upgrade (Separate document)
o Task 1 - OHL from Industrial Substation to Mungwi Substation
o Task 2: OHL from Mungwi Substation to Liverpool Substation
o Task 3: OHL from Liverpool Substation to Matero Substation
o Task 4 –33kV feeder bay Matero Substation
1.3 DEPENDENCIES
The re-build of Woodlands Substation has no inter-project dependencies.
Part 2-8 Section VII. Employer’s Requirements – Lot 1
1.4 SCHEDULE
The typical schedule of the Package 8 Lot 1 is shown in Figure 1.
MONTHS
1 2 3 4 5 6 7 8 9 10 11 12
Package 8 Lot 1
Lead Time
Task 1
Task 2
Task 3
Task 4
1.6 ABBREVIATIONS
Item Description
°C Degree Celsius
°C/mW Degree Celsius per meter Watt
A Ampere
AAC All Aluminium Conductor
AC Alternating Current
ADSS All dielectric self-supporting
ANSI American national standards institute
BCEW Bare copper earth wire
BOQ Bill of quantities
BS British standard
CAD Computer added drawing
CCITT Consultative Committee International Telephone and Telegraph
Cm Centimetre
CT Current Transformer
Cu Copper
DC Direct Current
DPC Damp proof coarse
EN European norms
EPC Engineering procurement and construction
EPSG European petroleum survey group
Part 2-10 Section VII. Employer’s Requirements – Lot 1
Item Description
FAT Factory acceptance test
GA General arrangement
HDG Hot dipped galvanized
HDPE High density polyethylene
HF High frequency
HMI Human Machine Interface
HPS High pressure sodium
HV High Voltage
Hz Hertz
IEC International electrotechnical commission
IEEE Institute of Electrical and Electronics Engineers
ISO International standards organization
kA Kilo Amperes
Kg Kilogram
kg/sqm Kilogram per square metre
Kl Kilo litre
km² Square kilometre
kPa Kilo Pascal
kV Kilo Volts
LCD Liquid crystal display
LED Light emitting diode
LTDRP Lusaka transmission and distribution rehabilitation project
m/s Meters per second
MCB Miniature Circuit Breaker
MOD AASHTO Modified American Association of State Highway and Transportation Officials
mPa Mega Pascal
MV Medium Voltage
mVA Mega Volt Ampere
N/mm² Newton per square millimetre
NER Neutral earthing resistor
NRS National Reference Standard
ODF Optical distribution frame
OEM Original equipment manufacturer
OLTC Onload tap changer
ONAF Oil natural air forced
ONAN Oil natural air natural
OPGW Optical Ground Wire
Pa Pascal
PVA Poli-Vinyl Acrylic
PVC Polyvinyl Chloride
RTU Remote Terminal Unit
RYB Red-Yellow-Blue ( phase rotation)
Section VII. Employer’s Requirements – Lot 1 Part 2-11
Item Description
SANS South African National Standard
SAT Site acceptance test
SC Standard connector
SCADA Supervisory Control and Data Acquisition
TRFR Transformer
UPS Uninterruptible power supply
UTM Universal Trans Mercator
UV Ultra violet
VT Voltage Transformer
XLPE Cross linked polyethylene
ZESCO Zambia electricity supply commission
Part 2-12 Section VII. Employer’s Requirements – Lot 1
The work described is a summary of the work to be carried out under the different task descriptions in this
document. It does not necessarily describe all the work in detail. The prospective bidders must study the
documents and drawings and ensure that he allows for all the material required to provide a complete fully
functional installation. Bidders need to outline any significant material omissions in their Bids. It is important
to note that the scope of work is design, supply, installation and commissioning, up to final handover of the fully
functional substation, properly integrated into the Lusaka Transmission and Distribution network.
Although a functional design was conducted in preparation of this Bidding Document, the Bidder will be
responsible for the detail design within the quantities provided in the Schedule of Rates and Prices. To this
effect, the Bidder will include all equipment not specifically listed in the Pricing Schedule, but required for a
fully functional product, under the relevant section allowed for under Additional Items.
Where detail Technical Data is not provided for specific items, the successful Contractor will be required to
specify these items, supported by the necessaries calculations, in line with the standards provided, for approval
of the Engineer.
Outdoor terminations
Distribution type surge arrestors with a counterpoise earthing arrangement
When the new substation has been completed these cables will be disconnected from the old substation
termination points, relocated and terminated onto the new 33 kV termination structures.
Excavate, install, backfill, joint and terminate the following power cables:
120 m of 240 mm² 19/33kV XLPE SWA Cu cable for the 33kV Bauleni No 1 feeder.
120 m of 240 mm² 19/33kV XLPE SWA Cu cable for the 33kV Bauleni No 2 feeder.
120 m of 240 mm² 19/33kV XLPE SWA Cu cable for the 33kV Chalala feeder.
120 m of 240 mm² 19/33kV XLPE SWA Cu cable for the 33kV Waterworks No 1 feeder.
120 m of 240 mm² 19/33kV XLPE SWA Cu cable for the 33kV Waterworks No 2 feeder.
120 m of 240 mm² 6.35/11kV XLPE SWA Cu cable for the 11kV Ngumba Yanga feeder.
Existing fibre optic cables on the MV lines must be terminated onto the new self-supporting structures, jointed,
installed in a sleeve, temporarily connected to the old substation and swung over to the new termination point
once the new Woodlands Substation is completed. This must be done in consultation with Fibrecom to ensure
minimum downtime of any fibre services.
Excavate, install, backfill, joint and terminate the following fibre optic cables:
600 m 24-core armoured duct type fibre optic cable
600 m 40 mm fibre optic sleeve
Part 2-14 Section VII. Employer’s Requirements – Lot 1
Supply all draw boxes, joints, terminations, slack reel and hardware for fibre and duct.
Section VII. Employer’s Requirements – Lot 1 Part 2-15
The new 33/11 kV Woodlands Substation will have a total of two 33/11 kV 30 MVA transformers which will
both be installed as part of this contract.
The 33 kV yard will consist of two transformer bays, one bus section and six feeder bays.
Part 2-16 Section VII. Employer’s Requirements – Lot 1
The 11 kV switchgear will be housed in a separate switching room within the substation. The transformers will
be connected to the MV switchgear via power cables. Figure 7 represents the single line diagram for the new
substation.
The protection at Woodlands Substation will be according to the LTDRP protection philosophy as described in
the LTDRP protection specification. The SCADA system will be IEC61850 compliant. Woodlands Substation
will form part of the existing telecommunication network.
1.7.2.3.1 33 kV EQUIPMENT
Supply and construct six 33 kV feeder bays which include cable termination structures, voltage
transformers, current transformers, isolators, circuit breakers, all required clamps, conductors, busbar
and connections between the equipment.
Supply and construct two 33/11 kV transformer bays which include current transformers, isolators,
circuit breakers, all required clamps, conductors, busbar and connections between the equipment.
Supply and install two 33/11 kV 30 MVA transformer with NERs.
Supply and construct one 33 kV bus section bay which includes current transformers, isolators, circuit
breaker, all required clamps, conductor, busbar and connections between the equipment.
Supply and construct two 33 kV busbar VT bays which includes voltage transformers and all required
clamps, conductor and connections between equipment and busbar.
Supply and construct a new 33 kV tubular busbar with all required clamps, conductors and connections.
Supply and install stringers and droppers with Centipede and Bull conductor and required clamps,
spacers, fittings, conductor and connections.
Supply and install lightning and lighting masts as shown in the general arrangement.
Supply and install all necessary signs and labels as required by ZESCO for safe operation and
maintenance of the substation.
Part 2-18 Section VII. Employer’s Requirements – Lot 1
Supply and install eighteen 6.35/11 kV 630 mm² 1C XLPE cables (three cables per phase),
approximately 1,200 m total cable length, from the two 33/11kV transformers to supply the 11 kV
switchboard.
Supply and install 2 x 6.35/11 kV 120 mm² 1C XLPE Cu, approximately 15 m each, between the
transformers and NERs.
Portable earths and associated fixed earth ball joints to be provided.
1.7.2.3.2 11 kV SWITCHGEAR
Supply, install and commission one 11 kV, two sectioned single busbar switchboard as per single line diagram
111233-2001-DRG-ELE-0001 in the switchgear room and as per the approved layout 111233-2001-DRG-ELE-
0003.
The board will consist of the following:
A two-section board.
Thirteen normal local feeder breakers for re-connecting to the surrounding existing networks.
Supply, install and terminate two 11 kV, 120 mm² 3C XLPE Cu cables, approximately 50 m each from
the auxiliary supply transformers to the new 11 kV switchgear panel.
Supply, install and terminate two 600/1,000 V 120 mm² 4C PVC Cu LV cables, approximately 70 m
each between the auxiliary transformers and the AC auxiliary supply panel.
Supply, install and terminate one 120 mm² 4C PVC Cu LV cable approximately 70 m between the
generator and the AC auxiliary supply board.
1.7.2.4.1 PROTECTION
Two 33/11 kV 30 MVA transformer protection and control schemes.
Two 33 kV incomer protection and control scheme.
Section VII. Employer’s Requirements – Lot 1 Part 2-19
Supply and install an Ethernet II fibre based ruggedized substation LAN backbone with an appropriate
level of redundancy through the strategic use of ruggedized Ethernet II switches that will also form the
backbone of the SCADA system.
Supply and install a telecommunication system suitable to integrate with existing and future
telecommunication systems primarily making use of SDH operating at STM-16 with PCM/PDH
capabilities for, amongst other, substation phones interconnected via PABX.
Integrate the SCADA system with the telecommunications system to enable full RTU-based control
and monitoring of the substation from the Regional Control Centre.
Supply and install a 19” communication cabinet with sufficient patch trays for all fibres as well as two
additional 24-way patch frames. All existing commercial telecommunication services must be
transferred to the new building.
Supply and install a digital distribution frame with 21 E1 port pairs allowing communication speeds up
to 2Mbps.
1.7.2.4.3 METERING
Two 33kV metering panels with meters and all auxiliary equipment (six meters per panel)
One 400V AC three-way automatic change over panel with all auxiliary equipment.
One 48V DC distribution panel with DC circuit MCBs.
One 110V DC distribution panel with DC circuit MCBs.
One 400V AC distribution panel with AC circuit MCBs.
One 110V DC supply system inclusive of panel and dual paralleled battery chargers with NiCad
batteries in accordance with LTDRP Protection Detail Design Specification (111233-40-SPE-EE-
0005).
Part 2-20 Section VII. Employer’s Requirements – Lot 1
One 48V DC supply system inclusive of panel battery chargers with NiCad batteries in accordance
with LTDRP Protection Detail Design Specification (111233-40-SPE-EE-0005).
400V AC 3-phase socket supply box and plug (one per two transformers).
Supply multicore control and small power cables complete with terminations.
1.7.2.4.6 OTHER
Factory acceptance tests (FATs), witnessed by three engineers of each discipline (protection, SCADA
and telecommunications) as the representatives of ZESCO shall be conducted according to the
specifications. Sufficient time should be set aside for a thorough FAT. As far as practically possible,
the protection and control scheme FAT will be conducted together with the SCADA system FAT.
Site Acceptance Tests (SATs) and local and overseas training to be provided for by the contractor as
detailed in the specifications. These tests and training will be applicable to all the equipment supplied
under this contract for Woodlands Substation.
Following the successful commissioning, supply as-built drawings, maintenance manuals, cable
schedules and other necessary drawings, as applicable, including software copies in AutoCad format
(three sets of each).
Section VII. Employer’s Requirements – Lot 1 Part 2-21
Remove all collapsible material, any areas that was used as a dump previously as well as rock where
applicable, backfill and compact to surrounds.
Cut the in-situ material a minimum of 300 mm deep and store for later use.
Rip the exposed bed 300 mm deep and re-compact to 95% MOD-AASHTO.
Backfill from stockpile and compact in layers of not more than 150 mm and compact to 95% MOD-
AASHTO.
Supply, spread, water and compact G6 material to 95% MOD-AASHTO for the platform to 600mm
above NGL in layers of not more than 150 mm for completing the terrace as indicated on the General
Arrangement (GA) drawing. The finished compacted terrace level must be a minimum of 600 mm
above the highest point of the site. Each level must be tested for conformance to the level of compaction.
The acceptance of each layer will be a holding point before commencing with the next.
The existing substation site is prone to severe stormwater damage. On the boundary between the old
and the new platforms the contractor must provide permanent concrete lined drainage channel properly
sized to accommodate all the stormwater from the higher ground. This channel must cover the entire
width of the new platform and must be designed as such that the stormwater does not spill over into the
new yard. For on the new platform the contractor must provide appropriate storm water drainage
systems including storm water culverts and pipes for any area of the new substation terrace where storm
water is likely to accumulate. The drains must accumulate on the lower side of the platform and
connected to an existing stormwater network or be discharged into the surrounding area without causing
damage to any existing structures.
Install new precision welded galvanized rectangular mesh fence topped with a 600mm 45º slanted
outward galvanized razor mesh with removable panels and gates to enclose the substation. The inner
fence will be 1.8m galvanized razor mesh.
Construct new access roads to the new substation including storm water culverts and pipes where
required as indicated in Figure 6.
Complete installation of all primary plant equipment foundations, lighting and lightning mast
foundations, busbar support foundations and plinths for the two 30 MVA transformers. Please take note
that this is a dolomitic area and each foundation must be provided with a suitable compacted soil
mattress if so required by the geotechnical investigation.
Provide an integrated oil drainage system for the 30 MVA transformers, which includes oil containment
bund walls with rectangular galvanized steel grid around the transformers, drainage sumps and an oil
spillage containment system complete with oil/water separator at the oil dam.
Install earth mat across the new terrace and around the perimeter fence, connect all equipment, steel
work, building and fence poles to the main earth mat. Connect the new earthmat to the existing earthmat
when completed.
Provide new cable trenches with covers between the yard and control building.
Install concrete kerbing around the outside perimeter of the substation security fence at a distance of
1,000 mm.
Part 2-22 Section VII. Employer’s Requirements – Lot 1
Install clean crushed granite, with a minimum thickness of 100 mm to cover the full extent of the
substation terrace and kerbing around outside the perimeter fence.
1.7.2.5.2 CONTROL AND SWITCHGEAR BUILDING
Build a new combined control and 11 kV switchgear room of approximately 34.8 m x 6.8 m as typically
indicated in .
Figure 9 : Proposed control and office building layout for Woodlands Substation
The disposal of waste water and sewage by means of a 2,000 litre tank and French drain if there is no
utility connection nearby. If there is a utility connection nearby it will replace the septic tank and French
drain.
Each room in the entire building will be protected by means of automatically activated fire protection
system.
The proposed solution should be environmental friendly, non-corrosive, non-conductive and nontoxic.
The system should not require any pipe work and must be easy to maintain. The system should utilize
the latest fire chain inhibiting technology by creating a fire extinguishing compound through
exothermic oxidation or condensed aerosol generators (CAG).
The product must have no Ozone Depletion Potential (ODP) or Global Warming Potential (GWP)
Each protected room will have a manual override control inside room at access door.
Each room in the building must be equipped with fire and smoke detection. Each detector must be
relayed to a control panel that will be mounted in the telecoms room. The control panel must have the
functionality to sound an audible alarm as well as to be integrated into the SCADA where all signals
and alarms must be made available to the control centre. An automatic CAG system will typically
consist of, but not be limited to, the following:
Disconnect from the old switchgear, exposed by hand, re-route, join to new cables and terminate onto the new
11kV switchgear the following:
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Chilenje No 1 feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Ngumba Yanga feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Lake Road feeder.
1,500 m of 185 mm² 6.35/11kV XLPE SWA Cu cable for the Chilimbulu Road feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Chindo Road feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Mutende Road feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Benangombe feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Musakashela feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Elm Road feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Woodlands Extention feeder.
120 m of 120 mm² 6.35/11kV XLPE SWA Cu cable for the Chilenje No 2 feeder.
2. SPECIFICATION
The Specification for this Lot corresponds to the tasks in the Scope of Work. Functional requirements for design
and construction are described below, which must be read in conjunction with the ZESCO Standard
Specifications (Section VII Works Requirements – Supplementary Information) and Technical Schedules
(Section X Contract Forms).
The design shall be in accordance to the latest version of the local ZESCO codes & standards, British Standards
(BS) or relevant IEC standards listed in the table below:
NB: The specifications in this document take precedence. In the absence of specifications in this
specification, Local codes and standards, British Standards (BS) or relevant IEC standards shall take
precedence. Where there is any conflict between the requirements of the Specification and the Specification of
Equipment, then the Specification shall take precedence. Where there is any conflict between the requirements
of this Specification and International Standards, then this Specification shall take precedence, unless otherwise
agreed to, in writing, by the Engineer.
Where Bidders choose to submit more than one supplier for the same equipment, the Employer has the right to
choose which equipment the Bidder should supply.
2.1.1 ZESCO SPECIFICATIONS
VOLUME 1
VOLUME 2
No Title Reference
1. POWER TRANSFORMERS
No Title Reference
4. CURRENT TRANSFORMERS
5. VOLTAGE TRANSFORMERS
No Title Reference
1. GENERAL
1.1 Fire Extinguishing Installations BS 5306
No Title Reference
1. GENERAL
Masonry cement - Part 1: Composition, specifications and
1.1 EN 413-1
conformity criteria
Part 2-32 Section VII. Employer’s Requirements – Lot 1
1 Project Manager 15 10
8 Civil Engineer 12 10
The Bidder shall provide details of the proposed personnel and their experience records.
Project Management and Contract Management activities. The Contractor’s representative and/or any deputy
must be professionally registered as a project manager at an international recognised institution. Certified copies
of this registration need to be submitted with this Bid.
Monthly Progress Meetings will be held on site and must be attended by at least the Contractor’s Representative
and the Site Manager. The Contractor’s Representative will be duly authorised to make decisions on behalf of
the Contractor.
It is a specific requirement that the Contractor’s Representative, Site Manager and Safety Official must be fluent
in English and the language of the Contractor's personnel. The above shall be in accordance with the General
Conditions.
No. Position
Detailed project schedule showing all planned activities including starting and completion dates
for:
a. Project commencement
b. Data Collection
c. Design
d. Design Approvals
1 e. Procurement,
f. Factory Acceptance Tests
g. Delivery of material
h. Preparation works for construction
i. Construction
j. Testing and Commissioning and
k. Handover.
Section VII. Employer’s Requirements – Lot 1 Part 2-33
No. Position
Detailed designs and drawings for substations, switching stations and associated plant including
the following:
Submission and approval of Technical details for all equipment listed in the Technical Schedules
4
prior to ordering.
5 Geotechnical studies and soil analysis of substation site area and quarries.
6 Samples of building material where applicable e.g concrete blocks and brick cube tests.
Cut a minimum of 300 mm from below nominal ground level and dispose.
Remove all collapsible material, any areas that was used as a dump previously and rock where applicable.
Cut the in-situ material to a minimum of 300 mm deep and store for later use.
Rip the exposed bed 300 mm deep, level out if required and re-compact to 95% MOD-AASHTO.
Backfill from stockpile and compact in layers of not more than 150 mm and compact to 95% MOD-AASHTO.
Import additional material as required and compact in layers of not more than 150 mm to 95% MOD-AASHTO
for completing the terrace as indicated on the General Arrangement (GA) drawing. The finished terrace level
must be a minimum of 600 mm above the highest point of the site. Fill material must be of G5 to G7 material
with a neutral Ph. value and a low electrical resistivity ≤100Ωm. The use of dump rock from mining activities
will not be accepted. The finished terrace shall have a bearing pressure of not less than 150kPa.
Provide appropriate stormwater drainage systems including storm water culverts and pipes for any area of the
new substation terrace where storm water is likely to accumulate. The terrace shall have a slope of 0.5%
minimum and 1% maximum along its longer axis (orthogonal to the 33kV busbar) for water run-off. Where
roads and trenches create obstacles to free rain water drainage, measures which include channels, pipes and
sumps must be employed to prevent water from damming on the platform. The drains must accumulate on the
lower side of the platform and connected to an existing storm water network or be discharged into the
surrounding area without causing damage to any structures.
All embankments lower than 1m must be protected against erosion by means of seeding the embankment with
indigenous grass. These embankments must be watered regularly to ensure that the seeding is successful.
Install new high security perimeter fence with removable panels and gates to enclose the substation.
Install new platform fence with removable panels and gates to enclose the substation.
Construct a new access road to the new substation including storm water culverts and pipes across existing
drainage channels where required.
Complete installation of all primary plant equipment foundations, lighting and lightning mast foundations,
busbar support foundations and plinths for the two 30 MVA transformers. Please take note that this is a dolomitic
area and each foundation must be provided with a suitable compacted soil mattress if so required by the
geotechnical investigation.
Provide an integrated oil drainage system for the 30 MVA transformers, which includes oil containment bund
walls with rectangular galvanized steel grid around the transformers, drainage sumps and an oil spillage
containment system complete with oil/water separator at the oil dam.
Install earth mat across the new terrace and around the perimeter fence, connect all equipment, steel work,
building and fence poles to the main earth mat.
Provide new cable trenches with covers between the yard and control building.
Install concrete kerbing around the outside perimeter of the substation security fence at a distance of 1 000 mm.
Part 2-36 Section VII. Employer’s Requirements – Lot 1
Install clean crushed granite, with a minimum thickness of 100 mm to cover the full extent of the substation
terrace and kerbing around outside the perimeter fence. The existing substation has been damaged by stormwater
in the past. Please consider the following and include in stormwater design.
Class
Property Fine aggregate from natural Fine aggregate from
disintegration mechanical crushing
Class
Property Fine aggregate from natural Fine aggregate from
disintegration mechanical crushing
applicable if the fine aggregate
complies with the requirements
both for organic impurities and
for the presence of sugar.
The grading of the coarse aggregates for concrete will be as indicated in Table 3.
Table 3 Specification for coarse aggregates for concrete
Requirement
Property
Nominal size of aggregate (mm)
Grading1), mass
percentage of material
that passes sieves2) of 75.0 53.0 37.5 26.5 19.0 13.2 9.5 6.7
nominal aperture size,
mm
75.0 100 100 100
53.0 0-50 85- 98-100
50.0 0-43 100 85-100 100
37.5 0-25 70- 15-55 90-100
28.0 0-7 85 0-50 85-100
26.5 0-5 0-50 0-28 15-55 100
20.0 0-28 0-25 0-50 90-100
19.0 0-25 0-7 0-28 85-100 100
14.0 0-7 0-5 0-25 15-55 90-100
13.2 0-5 0-7 0-30 85-100 100
10.0 0-5 0-28 15-55 90-
9.5 0-25 0-55 100 100
7.1 0-9 0-30 85- 90-100
6.7 0-5 0-25 100 85-100
5.0 0-7 25- 25-58
4.75 0-5 58 0-55
2.36 0-55 0-28
2.0 0-28 0-25
1.18 0-25 0-5
1.0 0-5 0-4
0-4
Dust content for
material passing
through a 75 µm 2
sieve mass
percentage
Aggregate crushing 29
value (ACV)3), of
Part 2-40 Section VII. Employer’s Requirements – Lot 1
Requirement
Property
Nominal size of aggregate (mm)
less than 13,2 mm
and more than 9,5
mm fraction (dry),
mass percentage,
max.
10 % FACT value, of
less than 13,2 mm
Coarse aggregate for use in concrete subject to surface abrasion,
and more than 9,5
structural elements of reinforced or prestressed concrete (or both): 110
mm fraction (dry),
kN, min.
Flakiness index, max.
35 Flakiness index, max. 35
Demould the specimens and immerse them in portable water that is preferably maintained at 22 °C to
25 °C, until they are transferred to the test facility.
During curing the cubes must be well protected against damage and/or vibration.
Section VII. Employer’s Requirements – Lot 1 Part 2-41
2.4.2.5 Buildings
2.4.2.5.1 Substation Main Control and Switchgear Building
The building must be furbished to Zesco standards. The inside and outside walls must be painted as well as the
floors. The doors, window frames and burglar proofing must also be painted. The following facilities must be
available:
Relay room with operator control desks
Battery room with wooden battery stands, eye bath, shower, wooden bench for maintenance
Workshop, typically 3m x 4m, equipped with small power- and hand-tools only.
All 33kV feeder panels, the bus-zone protection panel, 33/11kV transformer control panels, 11kV switchgear
and associated equipment will be housed in the building.
The complete internal electrical installation will be in accordance with the latest international standards and must
be included as part of the building construction.
Heavy duty, non-slip, 300mm x 300mm, ceramic tiles at least 10mm thick must be used on all the floors except
for the new switchgear building which will have epoxy. Samples must be submitted for approval.
All secondary plant protection and control cabling will be top entry.
Tile skirtings shall be used in all rooms.
Each room with heat generating equipment must be vented by means of louvre door as well as air-conditioners
mounted in such a position that it will promote cross ventilation.
All outside doors will be provided with tamper proof locking mechanisms as per the design except for the
emergency exit.
The building will be constructed strictly according to international best practices as well as governing local
building standard and bylaws.
All material shall be new.
The contractor must appoint a registered civil engineer to do all structural and foundation designs. All new
foundations must be designed according to the mitigation measures provided by the geotechnical engineer for
the prevailing soil conditions and signed-off by the appointed civil engineer.
The main roof of the building will be a steel reinforced self-supporting concrete roof up to the edge of the
building. As an alternative to the steel reinforced in-situ concrete roof the contractor may consider using
wafflecrete pre-cast slabs. The final product chosen must have a trap door placed in such a place that it is the
maximum distance from any electrical equipment. Any concrete beams required for this roof must be housed in
the roof cavity. The building will furthermore be provided with a false roof on top of the concrete roof in the
form of IBR Chromadek roof sheets with steel trusses. The roof will be a standard pitched roof with overhangs
as per the typical building layout. A roofing certificate must be provided for the installation.
A waterproofing membrane must be installed between the trusses and the roof sheeting.
The finished floor level of all buildings will be a min of 600mm above finished terrace level. All ground on the
outside of the buildings will be sloped to promote drainage away from the buildings.
Vertical DPC to be installed for the cable trench.
Part 2-42 Section VII. Employer’s Requirements – Lot 1
All newly plastered surfaces on the inside of the building (walls and concrete roof) must be treated with two
coats high quality washable white acrylic PVA paint after a plaster primer has been applied.
It must first be treated with a plaster primer and painted with two coats white acrylic paint.
Power cable trench will be 1.5(d) x 2.25(w) m. Cable trench will be plastered, treated with primer coat and
painted white two coats white acrylic paint.
Install galvanized removable checker plate trench covers with lifting handles with support structures.
Install cable ladders for easy trench access.
All protection and control cabling will be top entry installed on a ceiling mounted cable tray.
The internal floors will be steel reinforced concrete and will be tiled with 300x300mm industrial grade non-slip
ceramic tiles with the same for the skirting.
External brickwork shall be done by using face bricks and internal walls with stock bricks.
Table 4 Compressive strength for masonry bricks
Individual
Nominal compressive
Class compressive Dimensions
Strength
Strength mm
MPa
MPa (min)
Hand-molded face
12 9 Length:190
brick
Width:90
Engineered face brick 17 12.5
Height:90
Non-facing brick 7 5.5
Where required in terms of the specification data, brickforce shall be manufactured from pre-
galvanized wire, galvanized in accordance with the requirements of ISO 1461, or be made of
stainless steel wire.
For walls install 180mm galvanized brick force every fourth course above the foundation to
under the wall plate.
For walls above doors install 180mm galvanized brick force every second course above door to
under the wall plate. Together with this install typically 2 x R8 reinforcing bars the entire width
of the in and outside walls one brick layer above the door.
For gables install 180mm galvanized brick force every fourth course to under the ridge,
If the contractor utilizes the concrete column and beam method of construction, the brick-force
must be imbedded into the columns prior to casting the columns
Brick joints must typically be 10mm thick and rake to a depth of the same,
Expansion joints in walls will typically be between 10 and 20 mm wide and will be sealed by installing bitumen
impregnated soft board in the gap and closing the gap with a suitable acrylic sealer.
Building mortar must have a cement/sand mixture (1-4). It shall be mixed in small enough batches so that it can
be used up in a working day. Any leftover quantity must be discarded and are not to be used the next day.
Section VII. Employer’s Requirements – Lot 1 Part 2-43
The plaster must be maximum 15mm thick and must have a cement/sand mixture (1-5). Mortar shall be mixed
in small enough batches so that it can be used up in a working day. Any leftover quantity must be discarded and
are not to be used the next day.
All doors and door frames will be galvanised steel. Any air-conditioned rooms will have a solid galvanised steel
door. Forced ventilated rooms will have galvanised louvre doors with an insect screen. Any internal doors will
be solid galvanised steel. The auxiliary transformer rooms will be naturally vented by means of louvre door
which will have insect screening. The switchgear room will also be naturally vented by means of louvre doors
with removable dust filters as well as a 600mm (min) turbine ventilator mounted on the roof in such a position
that it will promote cross ventilation. The active part must be higher than the roof line. It must be provided with
flexible ducting to be able to vent the room and not the roof cavity.
All outside doors will be provided with tamper proof locking mechanisms as per the design except for the
emergency exits.
Used and un-used sleeves will be sealed and must be watertight and must be vermin proof.
The platform road to the parking for the office block will be paved with 80mm interlocking paving bricks sloped
away from the building for storm water management. The paving must be provided with an edge restraint in the
form of river sand and cement mixture surround. After the paving is installed it must be compacted with a
mechanical plate compactor. Fill the joints with dry sand by means of a broom. Wet thoroughly.
Any items, not measured separately under the civil works BOQ for the new buildings, must be provided for in
the unit rate for the building. This will include but not be limited to the site preparation, excavations, concrete
and false roof, walls, doors, plaster, reinforcement, inside and outside lights, foundations, inside and outside
finishes, natural and forced ventilation and or cooling, small power distribution and cable racking.
Entry into the stands will be by means of a road of the same specifications as the transformer road to be able to
handle weight of the transformer deliveries as well as to have a big enough turning circle. The road must have a
steady incline from the tarred road level op to the new platform level. Part of this inclined section will be a
headwall construction on both sides connected by a steel reinforced concrete pipe to facilitate storm water during
the rainy season. Any pipes installed and channels built must be similar in size than the existing systems and
must be able to dispose of the expected amount of storm water safely.
Water used for any Cementous mixes must be clean and free from injurious amounts of acids, alkalis, organic
matter, and other substances that may impair the strength or durability of concrete. All cement will conform to
the EN 413-1 specification and all the sub-clauses contained therein. The grading of the fine aggregates for the
plaster and mortar will be as indicated in Table 5
Table 5 Specification for fine aggregates for plaster and mortar
Type
Property
Fine aggregate for plaster Fine aggregate for mortar
Grading mass percentage
passing sieves with square 100
apertures of nominal sizes:
90 – 100
4,750µm
100 70 – 100
2,360 µm
90 – 10 40 – 100
1,180 µm
70 – 0 5 – 85
600 µm
40 – 10 5 - 35
300 µm
5–0
150µm
5 - 90
Part 2-44 Section VII. Employer’s Requirements – Lot 1
Type
Property
Fine aggregate for plaster Fine aggregate for mortar
65
20
Dust content for material
passing through a 75 µm sieve 7.5 12.5
mass percentage
Methylene blue
0.7
adsorption(max)
Clay content particles smaller
2
than 5µm mass percentage
Organic impurities The colour of the liquid above the fine aggregate shall not be
darker than the colour of the reference solution, except that this
requirement shall not be applicable if the fine aggregate complies
with the requirement for soluble deleterious impurities.
Soluble deleterious impurities The strength of specimens made with the fine aggregate shall be
at least 85 % of that of the specimens made with the same fine
aggregate after it has been washed, except that this requirement
shall not be applicable if the fine aggregate complies with the
requirements both for organic impurities and for the presence of
sugar.
Dry shrinking of mix (% max) 0.1 0.12
Ablution facilities for male and female, with toilets and showers.
Kitchenette.
Direct communication facilities to a National or Regional Control Centre and to the local law
enforcement agency.
Access control desk where the access control register can be completed and access permits issued.
Security monitoring equipment, such as the alarm fence panel, fire protection system panel, intruder
detection system panel, and video surveillance terminal.
Ablution facilities for guards and visitors, with toilet and shower.
Kitchenette.
Storeroom.
Meeting room
Socket outlets shall be British Standard, rectangular pin, outlets suitable for fused 15 A plugs. There shall be at
least:
2 individually switched, double outlets in the supervisor’s office.
LEVEL
LOCATION
(LUX)
Offices and control desks 800
Emergency lighting 5
The lighting in each room shall be provided with a separate emergency light switch and timer, 0 – 30 minutes.
This timer shall only switch the emergency lights.
Emergency lights shall be self-contained units, fitted with internal power packs and inverters to operate
independently from the emergency switch. The batteries in the lights shall be charged under normal power
conditions.
STANDARD DESCRIPTION
The switching station building will be provided with a lightning protection system according to IEC62305 as
well as SP-ESS-003 typically as follows:
Aerial termination rods will be installed on the roof to provide shielding.
The termination rods will be bonded together as well as to the steel roof trusses.
Install from each corner of the building and connected to the steel roof trusses a down conductor, of
typically 35mm² BCEW, and connect to the corresponding earth rod.
The down conductor will be fixed to the wall with a saddle at intervals of not more than 500mm.
Where there is a change in direction of the down conductor, the fixing intervals will be brought down
to maximum 200mm.
The building will be provided with an earth ring conductor in the form of a 10mm copper rod installed
at a depth of 1m deep and 2m from foundation.
The earth ring conductor together with the down conductor will be connected to 1.8m Cu plated earth
rods installed on each corner.
Care should be taken when dissimilar metals are connected together.
The contractor must submit as design to prove that the building will be covered.
The design of a lightning protection and earthing system for the switching stations must be provided
for under schedule 3 “Design services”
2.4.2.5.11 Finishes
2.4.2.5.11.1 Toilets
The following facilities shall be provided in toilets:
Toilet bowl – vitreous porcelain, plastic cistern, porcelain urinal in male toilet.
Basin – vitreous porcelain.
Framed mirror above basin with shelf for soap dispenser and towel loop.
Bathroom tiles – ceiling to floor, ceramic tiles on floor.
Shower – brick or toughened glass enclosure, with curtain or hinged door (sliding doors are not
acceptable).
2.4.2.5.11.2 Kitchenette
The kitchenette shall be fitted with stainless-steel laboratory sink and kitchen tiles shall be from the ceiling to
floor. Floors shall be covered with ceramic tiles.
All tiles shall be submitted to the Engineer for approval.
2.4.2.5.11.3 Furniture
The following furniture shall be supplied:
Relay room – 2 x desks with chair, telephone / HF radio (mast and antenna).
Supervisor office – desk, chair, telephone, conference table with 6 chairs, bookshelf, filing cabinet,
drawing cabinet.
Gate house – control desk, chair, telephone.
Kitchenette – laboratory bench with sink, (staff to provide own appliances).
2.4.2.5.12 Ventilation and/or air-conditioning
Air-conditioning shall be installed in the Supervisor’s office, relay room, telecoms room and the auxiliary power
supplies room. Forced ventilation shall be utilised in the battery rooms. These are only typical installations. The
Contractor must evaluate the equipment in his offer and install additional air-conditioning where required to
dissipate the heat generated.
Natural ventilation will be used in the toilet, store room, workshop and 11kV switchgear room of which the
switchgear room will have dust and insect filters.
2.4.2.8.1 Indoor
A fire detection system covering entire building, control panel at entrance of main building with audible alarm
and integration via SCADA shall be installed.
Install Class A (for trash, wood and paper) Class B (for liquid and gasses) and Class C (for energized electrical
sources) type dry power fire extinguishers mounted on wall near each door, in accordance with ZESCO standard
in normally occupied rooms e.g. relay room, offices, gate house.
The proposed solution should be environmental friendly, non-corrosive, non-conductive and nontoxic. The
system should not require any pipe work and must be easy to maintain. The system should utilize the latest fire
chain inhibiting technology by creating a fire extinguishing compound through exothermic oxidation or
condensed aerosol generators (CAG) type with manual override inside room at access doors shall be used in
normally unoccupied rooms e.g. 11kV switchgear; auxiliary power supplies; telecommunication equipment
room;
Any pressurizing or extraction ventilation fans must be interlocked with the triggering of the automated gas
system.
2.4.2.8.2 Outdoor
ABC trolley-mounted fire extinguishers shall be used in covered cubicles adjacent to the substation building,
the number dependent of substation configuration.
The oil-water separator system must be designed to allow for water overflow when the alarm and pumping
system fails. No oil will be allowed to drain from the oil-water separator system at any time whatsoever.
The separation distances between transformers shown in Table 7 shall be used for the placement of transformers.
Table 7: Transformer spatial separation distances
30-60 15
10-30 10
2-10 7.5
<2 1.5
2.4.2.9.4 Outdoor
Two covered parking – at least 3.0m wide, 7.0m long, and 2.4m high, suitable for typical electrical network
maintenance vehicles.
Four uncovered parking bays – at least 3m wide, 7m long
Fenced store yard for conductor, cable, and spare outdoor HV equipment – size to be determined based on
laydown requirements during construction and required spares holding.
Section VII. Employer’s Requirements – Lot 1 Part 2-51
Perimeter Switchyard
1.8m razor mesh with 150 and
2.1m precision welded rectangular 300mm apertures, with a metal
Type mesh with a metal pipe imbedded pipe imbedded in concrete for
in concrete for support support, 3 wire strainers for
intermediate and bottom supports
Overhang Yes, razor mesh None.
Yes, 15cm above 60cm below
Dig barrier None.
ground level
Manual swing gates, locked from Manual swing gates, locked from
Vehicle gates
inside. outside
Personnel gates Swing gates, locked from outside. Swing gates, locked from outside.
Removable panels None 6m at transformer positions.
Gates during construction Diamond mesh sliding gate None
There will be no intruder alarm system, but there should be provision in the telecommunication and SCADA
systems for video surveillance. Cameras will be wall mounted at the gate house and main building by others.
The design of roadways depends on the type of soil. For well-graded sand and gravel, substation roads need a
200 mm thick base G7 material compacted to 98% MOD AASHTO. For high-clay-content soils and loose sand,
substation roads need a 200 mm thick sub-base course of G7 material compacted to 98% MOD AASHTO, and
a 200 mm thick base course of imported well-graded soil compacted to 93% MOD AASHTO.
That all the paired holes in the assembles state align properly and without there being mechanical
interference of any part of the rest of the parts
Section VII. Employer’s Requirements – Lot 1 Part 2-53
That all the members are manufactured according to the approved designs therefore. If there is a
dimensional problem the design must be changed
Any welded seams or minor protruding imperfections that will hamper the structure members to align
and be flush must be identified and corrected
Any sharp edges, cutting and or welding residues removed
Steel support structures shall be similar to the structures used elsewhere in the ZESCO network, manufactured
from hot rolled steel sections and bolted together. The basic design will be similar to the standard equipment
which is in use throughout Southern Africa and must be designed for the specific equipment to be installed on
it.
Structures shall be erected and aligned correctly in the horizontal and vertical planes before the final torque of
the bolts are done. Foundation bolts shall be tightened once the structure has been levelled and an epoxy based
grout must then be used to seal under the base.
All the steelwork shall be checked for plumbness, tightness of bolts and nuts and secureness to the foundation.
All structures will be provided with a nut between the footing and the foundation for final adjustment of the
equipment. Adaptor plates and shims will not be used to straighten equipment. After installation of all equipment
the space between the footing and foundation will be filled in with non-shrinking grout.
All structure steel fixing holes shall be pre-manufactured and galvanized to align with foundations bolts and
equipment holes. No cutting of any support steel will be allowed on site.
All structures, bolts, nuts and washers shall be hot dipped galvanized to ISO 1461. Any items not conforming
thereto will be rejected.
There is no galvanizing plant in Zambia to do corrective actions. Any items that require modifications after the
initial galvanizing will not be accepted.
Badly manufactured and galvanized steelwork will be rejected immediately.
Description Detail
Design Parameters
Design Standard IEEE 80 -2000
Yard stone layer resistivity (100mm) 3,000 ohm.m
Body Weight 50kg
Max. fault clear time 0.5s
Max. System Voltage 132kV
Earth Fault Current 50% of Maximum Earth Fault
Depth of earth grid 1 meter below terrace ground level
Earth material – Equipment Bare Annealed Cu
70 mm² round Cu
Earthing material size: Earthing Grid 3x50mm Cu strap
Connections If required:
Earthing Electrodes 4 electrodes in total, 20m deep, one at each corner of the
substation.
Wenner method.
Soil resistivity measurements
5 Readings at electrode spacing of 1, 2, 4, 8 and 16 meter
Soil Model Typical 2 layer
Safety Parameters
Earth Grid Resistance < 1 ohm
Touch Potential limit 703V
Step Potential Limit 2,349V
Ground Potential Rise Limit 5,000V
Round annealed copper rod with a 10mm diameter, is to be used for the main earth grid. All earth tails between
the main earth grid and equipment must be 50 x 3mm flat copper, bolted to the structures. Each piece of
equipment shall be connected to the earth grid, in at least two positions.
All terminal towers shall be connected to the substation earth grid by means of two 50 x 3mm flat copper.
All connections shall be cleaned from any dirt or paint to ensure proper electrical connection from structures to
the earthing grid.
The trench bottom shall be free of rocks and stones and shall be compacted before placing the copper conductor
in the trench. The copper conductor shall be placed on this bed of compacted soil.
Excavate 1m deep and install the earth grid with connections to the steel support structures. All crosses and
joints must be brazed or welded together by exothermic welding, Copperweld or Silbraloy. Contractor must
provide everything necessary to make joints.
No joint in earth conductorsshall be made above the ground level.
The main earth grid trenches shall be back-filled and compacted with the excavated soil, in layers not exceeding
the civil engineer’s recommendations. The re-compacted areas will match that of the undisturbed and must be
proven by means of a DCP test.
Flat straps must be curled halfway around the round bar to ensure sufficient surface connection. The straps shall
exit the ground directly next to the foundation and must be bent and profiled to suit the equipment shape as close
as possible. Where necessary and on runs on concrete of more than 600mm, the strap must be fixed to the
concrete.
Section VII. Employer’s Requirements – Lot 1 Part 2-55
All reinforcing must be bonded to the main earth grid by means of a 50 x 3mm flat copper.
The palisade fence must be bonded to the main earth grid at intervals not exceeding 10m. Both sides of all gates
shall be bonded to the earthmat. Gates shall be bonded to gate poles at two different points by means of flexible
insulated earths.
Two 1.8m Cu earth electrodes in series will be installed at each of the two connections to main earth of each
lightning mast.
The continuity of the earth path from the equipment to the earth grid shall be measured after the equipment has
been installed. The earth resistance of all new equipment shall be measured after installation and bonding before
the connections to the terminal towers are done. The measurements shall be carried out and logged by the
contractor in the presence of the Engineer.
Sacrificial anodes will be a 60kg piece of railway track installed and connected to the main earthmat using
“Silbraloy” brazing.
Provision shall be made for four drilled holes, one at each corner of the substation which will be used as earth
electrodes. The holes shall be at least 100mm in diameter and 20 meters deep. The earth conductor shall be
inserted into the drilled hole to the bottom of the hole and backfilled with a conductive concrete.
For the buildings, a 50 x 3mm flat Cu earth strap will be installed in the entire length of the new power and
control cable trench against the trench wall by appropriate means. This conductor must then be extended and
jointed to the existing earth ring conductor at two places on opposite sides of the building by means of oxy-
acetylene brazing using Silbralloy brazing rods. All the metal cubicles, switchgear, auxiliary transformers, cable
racking etc. will be bonded thereto by means of a 50mm² BCEW by means of a fit for purpose termination taking
the connection of dissimilar metals into consideration.
Warning signs and First Aid information labels shall be fitted on the fence, gates and doors with room
designation labels mounted above each door.
Warning signs shall be fixed to the outside of the building as is required by law.
The following signs shall typically be installed:
Room name
Unauthorised entry and interfering prohibited.
Warning of electrical shock.
Warning of dangers of condensed aerosol generators (CAG)
Emergency procedures.
Procedure in case of fire.
First aid treatment of electrical accidents.
Emergency numbers.
The switching station nameplate will be mounted against the street side fence.
Each building must be provided with a first aid kit contained in a wall mounted metal box close to the switchroom
main door.
2.4.3.2 General
It is imperative that this document be read in conjunction with the product manufacturer’s instructions.
Before any work is done the full specification sheet of the intended product must be submitted for approval.
The substrate must be designed independently of the flooring to withstand all structural, thermal and mechanical
stresses and loads that will occur during service. It should remain stable whilst protected by the flooring and be
provided with all necessary expansion, contraction and crack inducement joints to enable it to do so. The failure
of the substrate will reflect in the finish.
The surface strength of the concrete base or screed needs to be sufficient to restrain any stresses that occur during
the setting and hardening of the synthetic resin flooring.
The surface tensile strength of the concrete base or screed should be determined by the method given in EN1542
and should normally exceed 1.5 MPa. Where the mean surface tensile strength is less than 1.5 MPa the designer
should specify a suitable corrective measure like for example reinforcement of the surface with penetrating resin
sealers or more extensive preparation and making good. Alternatively, the surface strength of the base or screed
may be assessed using a rebound hammer (Schmidt) in accordance with BS 1881-202. For all classes of flooring
Section VII. Employer’s Requirements – Lot 1 Part 2-59
the rebound hammer readings should generally be above 25, but a lower reading may be acceptable if the surface
tensile strength of the base concrete or fine concrete screed exceeds 1.5 MPa.
Assessment of the hardness or strength of a concrete base surface with a rebound hammer should be done strictly
according to the supplier’s requirements.
The substrate needs to be finished with a strong even surface and laid to such falls as necessary.
Synthetic resin floorings should not be used to alter levels as a corrective measure for poor installation of
substrates. Where any adjustments to the existing level must be made, rather use a polymer-modified
cementitious levelling screed that is compatible with the final layer.
2.4.3.4 Tolerances
Synthetic resin floorings will generally follow the profile of the underlying substrate, due to the method of
application. The agreed standards for flatness and regularity should therefore be produced in the base concrete
or levelling screed as far as possible.
The laitance on in-situ bases and any surface sealer or non-bonded curing compound should be entirely removed
by suitable mechanised equipment, e.g. shot-blasting, planing, grinding, to expose the coarse aggregate cleanly.
Care should be taken to ensure that high intensity mechanical treatment does not cause micro-cracking to weaken
the underlying substrate. For the thinner floorings, light contained shot-blasting or diamond grinding is preferred
so that the profile does not reflect in the finish.
The use of contained abrasive blasting equipment is more suitable than mechanical scrabbling which could
damage the surface.
After surface preparation all loose debris and dirt should be removed by vacuum equipment. Very fine dust may
need to be removed by detergent washing. The preparation operations should be delayed until shortly before
the flooring is to be laid to avoid the risk of fresh contamination or further accumulation of dirt.
Storage should be arranged so that consignments can be used in the order of their batch numbers.
It is therefore important that labels do not become damaged or detached from their containers.
2.4.3.10 Batching
All materials should be accurately proportioned and mixed in the correct sequence in accordance with the
manufacturer's recommendations. It is usual to mix the liquid components together thoroughly before blending
in the fillers and aggregates.
The usable life of the mixed materials depends upon the temperature of the mixed materials. Manufacturers'
literature should give an indication of the working life of the properly mixed product at one or more temperatures.
As a rough guide, a 10°C rise in temperature may halve the working life and a 10°C fall may double the working
life. However, it is not advisable to mix and lay these products outside of the range 10-25°C unless the system
has been specially designed to be used for a different temperature range.
Resin systems are generally exothermic and so an important factor governing the temperature of the mixed
materials, is the volume being mixed. Larger volumes will heat up more so shortening the available working
life.
If the mixing area is not adjacent to the laying area an appropriate allowance for the time to transfer the mixed
material should be made to ensure sufficient time for the product to be installed within the working life.
Section VII. Employer’s Requirements – Lot 1 Part 2-61
2.4.3.12 Flooring mix (including trowel-applied mixes, self-smoothing mixes and coatings)
All mixes should be mixed mechanically. Resin coatings shall be mixed using a heavy duty slow speed drill
(200-500 rpm) drill fitted with a mixing paddle. Forced action mixers of the rotating pan, paddle or trough type
shall be used for all flow applied and trowel applied screeds. Free fall mixers are not recommended because
there is insufficient shear action to disperse all the dry materials.
The reactive components are first thoroughly mixed together and then the fillers and/or aggregates are added
gradually whilst continually stirring. After all the fillers and/or aggregates have been added, sufficient mixing
time (typically 3-4 minutes) must be given to ensure thorough 'wetting' out of the fillers and/or aggregates by
the binder. Excessively vigorous mixing shall be avoided as this can lead to undesirable air entrainment. Care
should be taken to ensure that any material adhering to the sides, bottom and corners of the mixer is thoroughly
blended in.
Floor seal Dry film thickness up to 150 µm applied in 2 or more coats: generally
1
solvent or water borne.
applied in 2 or more coats: generally
2 Floor coating final thickness of 150-300 µm solvent-free but may be solvent- or water-
borne.
High build floor applied in 2 or more coats: generally
3 final thickness of 300-2000 µm
coating solvent-free.
multiple layers of floor coatings or flow-
4 Multi-layer flooring 1 mm + applied floorings with aggregate dressing:
often described as 'sandwich' systems.
Often referred to as 'self-smoothing' or
Flow applied flooring 2 to 3 mm 'self-levelling' flooring, and having a
5
smooth surface: or may be given a surface
dressing.
heavily filled, trowel-finished systems,
6 Screed flooring 4 mm + generally incorporating a surface seal coat
to minimize porosity.
Heavy duty flowable aggregate-filled system, having a smooth
7 4 to 6 mm
flooring surface: or may be given a surface dressing.
Trowel-applied resin flooring provides a durable slip resistant floor surface for most applications. However, if a
more hygienic surface is required, it may be necessary to seal the surface using a one or two coat application of
a compatible resin sealer, much of which is absorbed into the trowel applied flooring. This may be either a
solvent-free or solvent-containing system applied by brush, squeegee or roller. It is usually applied after the
screed has cured, but taking care to ensure that the surface has not been contaminated during the curing period.
2.4.3.19 Reinforcement
Reinforcement, such as fibre glass cloth, may be included in the flooring system to minimise problems from
cracks or bay joints in the substrate. After applying the primer, a thin layer of the resin flooring is applied and
the fibreglass is rolled into it, overlapping the fabric at joins by at least 50 mm. Entrapped air should be avoided.
The final layer of resin flooring is then applied. If necessary, any outstanding reinforcement should first be
ground off.
2.4.3.20 Curing
The final floor system should be allowed to cure exactly according to the manufacturers' instructions. These
generally require 1-3 days at 15º-20°C before trafficking and 3-7 days before washing, before contact with
chemicals, or before any ponding tests. At site temperatures below 10°C these times will be substantially
increased.
The climate above the uncured resin floor should be maintained at least 3°C above the dew point or below 75 %
relative humidity to reduce the risk of condensation or 'blooming' on the floor finish. Condensation occurs when
the substrate temperature is lower than the dew point temperature, which is a function of the relative humidity
and the ambient air temperature. Table 12 shows the approximate relationship between these variables.
Table 12 Dew point temperatures
Ambient dry Dew point temperatures (°C) for ambient relative humidity between 40 and 100% RH
temperature
°C 40% 50% 60% 70% 80% 90% 100%
35 19 23 26 29 31 33 35
30 15 19 22 24 26 28 30
25 11 14 17 19 21 23 25
20 6 9 12 15 17 18 20
15 2 4 7 10 12 13 15
10 -3 0 3 5 7 9 10
5 -7 -5 -2 0 2 4 5
in new construction ensure the base concrete has low soluble salts by avoiding poorly washed
aggregates and by curing the concrete well immediately after laying to prevent premature surface
drying out;
allow the concrete to dry out thoroughly after curing, preferably for a minimum of 21 days;
using mechanical rather than chemical means of preparing the concrete surface by avoiding the
use of acid etching;
by avoiding washing the concrete surface with detergent solutions as part of the preparation
procedure;
by the complete removal of all contamination from existing floors: this may prove very difficult
where the concrete has been saturated for long periods with water soluble materials;
using primers which are free of water soluble constituents which might promote osmosis, for
example, benzyl alcohol;
by ensuring that the synthetic resin flooring is precisely proportioned, either by weight or volume
as specified by the product manufacturer;
Hot compressed air blasting of the exposed concrete coupled with the application of a penetrating
primer whilst the concrete is still warm.
Section VII. Employer’s Requirements – Lot 1 Part 2-65
Note 1: Bidders are required to provide 11kV indoor switchgear with a BIL of 95kV which relates to a Rated voltage of 17.5kV in
accordance with IEC 62271-1 2011 Table 1a.
2.4.4.2 Clearances
The clearances specified in Table 14 shall be used in the design of the substation layout.
Table 14 Electrical Clearances
33kV Transformer
90 1,600 Flexible Twin Centipede AAC 95 1,660
Incomer Bays
Parameter Requirement
Technology Indoor, withdrawable, metal-clad switchgear.
2.4.4.4.3 Clamps
Moulded aluminium clamps suitable rated will be used to make the connections to and from busbars and
equipment. Bolted clamps are preferred to crimped clamps for maintenance purposes.
The clamp assemblies shall be installed and torqued in accordance with the manufacturer’s specifications.
All conductors shall be cleaned to a shiny finish with a steel brush at the point where the conductor clamps are
to be applied.
Section VII. Employer’s Requirements – Lot 1 Part 2-67
An anti-oxidation compound shall be applied on all conductor and earthing connections, before clamps are
installed. This must be included for in the unit rates.
Clamps sizes shall be correctly specified for all connections. No modification to clamps, conductors or filling
of gaps will be allowed. All clamps will come pre-drilled.
For any current carrying Aluminium clamps the installation will be as follows:
All clamps must have pre-drilled holes and must be packaged in heavy duty plastic bags to keep any
moisture out. Clamps must only be removed prior to its installation.
Aluminium oxide must be removed from all current carrying sections of Aluminium clamps, stranded
conductors and tubular busbars prior to the connection being made.
Use a steel wire brush or an 80-180 aluminium-oxide emery cloth and clean the areas until shiny in
appearance.
Immediately apply a 0.25-0.5mm layer of high melting point non-oxidant grease, install the clamps
and fasten as per the manufacturers recommendations.
If the applied greased gets contaminated with foreign matter, use a relevant solvent to remove the
grease and re-apply the grease. The solvent must be approved for aluminium and not do more damage
than good.
Any tubular clamps or supports making use of a split body clamp must be so tightened that the gaps
on both sides of the clamp is the same thereby ensuring a properly seated clamp as indicated in Figure
16.
The correct tightening sequence for multiple bolted clamps must be followed to ensure the internal and
external stresses on the clamp and busbar is balanced out as indicated in Figure 16.
No circuit breaker side earth switches are allowed on isolators. Use portable earths with associated earth
connections throughout.
Busbars are to be fully-supported by post insulators. HV equipment (and isolators in particular) must not be
used as busbar supports.
2.4.4.5.4 Neutral earthing
Neutral earthing affects prospective earth fault currents and surge arrester selection. For the classes of substation
required in this project, the standard neutral earthing policies in Table 19 will be applied.
Table 19: Neutral earthing
Power transformers will be fitted with an oil immersed automatic on-load tap changer with a +5 -15% regulation
(referenced to the HV side) according to IEC 60214 and be designed to be maintenance free for 300 000
operations. (The power rating of the transformer shall be 100% throughout entire tapping range) The tap changer
must be from an approved supplier, and be able to withstand the same steady-state load and fault conditions as
the transformer.
Transformer testing shall comply with IEC60076 Part 3, 4 and 5. Transformer testing shall be done and submitted
according to Table 21. All routine tests shall be done in the presence of the client or client’s representative. Test
certificates of an identical unit shall be submitted for all special and type tests as required in Table 21. If these
test certificates are not available for identical units, these tests will be conducted in the presence of ZESCO or
Employer’s representative. The costs for all tests will be included in the pricing schedule. Although short circuit
withstand tests will not be required, all design information will be provided for an independent verification of
the transformer short circuit withstand capability.
Factory Inspection Tests will be conducted with the transformer fully assembled.
Bidders need to submit a Short Circuit Type Test Certificate in accordance with IEC 60076-5 (as indicated in
Table 21 item 24) of a similar transformer from an ISO/IEC 17025 accredited, high voltage testing facility. A
transformer is considered similar to another transformer taken as a reference if it has the following characteristics
in common with the latter:
The requirement for any lifting equipment is for the contractor’s account and must be included for in the
applicable unit rates.
The contractor is responsible for the erection and “Cold Commissioning” of the new transformer after erection
on the plinth.
A 3-axis accelerometer recorder will be installed on the transformer at the factory prior to it being loaded for
transport to site. The recorder will only be removed once the transformer has been moved into its final position.
The results of the recording will be made available to the engineer within one day of offloading. Should the
results be higher than is allowed, the contractor will bear the costs for subsequent additional testing as well as
corrective measures required. The accelerometer must take measurements based on a setpoint as per the tender
document in the change in acceleration either positive or negative. If the measurements are taken on a time
interval basis, it must be done every 15 seconds. The raw data must be downloadable from the device with
timestamps and acceleration for each of the three (XYZ) planes.
The contractor will be responsible for all the connections of the jumpers, cables, the installation of the surge
arresters and the energizing of the transformers after successful commissioning.
Testing and commissioning of the transformer shall be done in the presence of ZESCO’s representatives.
The contractor must install Malthoid between the transformer base and the plinth.
The transformers shall have overloading capabilities in accordance with IEC 60076-7 Table 4.
Surge arrestor brackets, jacking pads and lifting lugs must be provided.
Dielectric strength of oil shall be determined in accordance with the method prescribed in IEC 60156.
Only virgin oil is to be supplied by the contractor as per specified IEC 60296.
The terminal markings on the diagram plate shall be as specified in Appendix D of BS 171.
The rated through current of the tap-changer, as defined in 4.17 of IEC 60214, shall not be less than that the
maximum current through the tapping winding.
The transformer shall be equipped with a bagged main conservator.
The rating and diagram plates shall be of stainless-steel not less than 2 mm in thickness. The required information
shall be engraved on the plate and the engravings filled with a UV stable glossy black. The rating and diagram
plate shall be in accordance with the requirements of IEC 60076.
Oil tests of all transformers need to be submitted by an approved laboratory before any transformer is
commissioned. Oil tests older than one month will not be accepted and will have to be redone.
2.4.4.7 Neutral Earthing Resistor
Transformer primary neutrals will be earthed through earthing resistors as shown in Table 19. Transformer MV
winding shall be earthed by means of a 10A continuous rating, (500A for 10 seconds) NER, limiting the earth
fault magnitude to 500A per transformer.
The NER shall be fitted with the required Current transformers.
The unit shall be oil insulated and will be filled at the factory with virgin mineral oil according to IEC60296.
The unit shall be outdoor type. Air insulated NERs will NOT be accepted.
The unit shall be provided with the following:
Oil filling and breather pipe.
Oil conservator with direct reading oil level indicator. The oil conservator shall be mounted
perpendicular to MV bushings.
Earthing terminal.
Section VII. Employer’s Requirements – Lot 1 Part 2-73
Lifting lugs.
Rating and diagram–plate for the NER made of stainless-steel and the data engraved as specified in IEC 60289.
The current transformer details shall also appear on the plate. Current limiting resistor data shall also be
inscribed.
The current limiting resistor will be suitably insulated and securely mounted in the tank in such a way that any
possible gas production from overheating resistors will not compromise the insulation levels of any of its
components.
Where trolleys are provided to extract switchgear, two trolleys of each type required must be provided with the
switchboard.
High-voltage switchgear and control gear : AC metal-enclosed switchgear and control gear for
IEC 62271-200
rated voltages above 1 kV and up to and including 52 kV
IEC 60694 Common clauses for high voltage switchgear and control gear standards
AC metal-enclosed switchgear & control gear for rated voltages above 1 kV and up to and
IEC 60298
including 72.5kV.
Characteristics of indoor and outdoor post Insulators for systems with nominal voltages greater
IEC 60273
than 1000V.
IEC 60815 Guide for the selection of insulators in respect of polluted conditions
IEC 60233 Tests for hollow insulators for use in electrical equipment.
IEC 60099-4. Metal - oxide surge arresters without gaps for AC systems
IEC 61233 High voltage alternating current circuit breakers – Inductive load switching
111233-40-SPE-
LTDRP protection detail design specification
EE-0005
111233-40-SPE-
LTDRP SCADA detail design specification
EE-0003
111233-40-SPE-
LTDRP telecommunications detail design specification
EE-0004
2.4.5.2 General
Switchboards shall consist out of metal clad panels, circuit breakers and fused contactors and shall be
designed, constructed and tested in accordance with this specification.
The switchgear will consist of an air insulated board with a single busbar.
LV compartment cubicles must be sized to accommodate all the various protection schemes and
equipment as specified in “LTDRP Protection Detail Design Specification - 111233-40-SPE-EE-0005
“. Proposed LV compartment door layouts must be submitted with the tender.
All designs shall be done by a competent, suitably qualified engineer. All designs will be internally
reviewed and approved by a professionally registered engineer before designs are submitted for review.
The contractor shall integrate his designs seamlessly with all subcontractors and take full responsibility
to provide a complete and fully functional end product to the satisfaction of ZESCO. The contractor
shall design the switchgear for compatibility with the intended use as a whole, taking full cognisance
of the proposed integrated protection and control, SCADA and metering schemes / systems.
It is further an explicit condition of this specification that the design responsibility lies with the
contractor and that no approvals of designs will relieve the contractor from his responsibility to submit
a fully functional design to internationally acceptable standards.
The switchgear will be designed, type tested and rated for service in a 3 phase, 3 wire, 50Hz, low
resistance or solid earthed, medium voltage 11kV distribution system in accordance with the
recommendations of IEC 62271-100, IEC 62271-200 and IEC 62271- 102.
Switchgear must be internal arc classified based on IEC 62271-200 as specified in the data sheets. The
switchgear supplier will take cognisance of the switchgear room and the environment where the
switchgear will be installed. A qualifying statement must be submitted with his tender on the suitability
of the equipment offered. A specific requirement will be the safe dissipation of gases during internal
ARC fault as well as any additional trunking, if required, to achieve this.
Two copies of all type and routine test certificates shall be supplied in accordance with the relevant IEC
62271 parts for all equipment in the panels as applicable.
All material for the complete installation of the switchgear shall be supplied.
Section VII. Employer’s Requirements – Lot 1 Part 2-77
One set of special tools and appliances required for normal operation and maintenance shall be supplied
per each substation.
The panel assembly must be done by the supplier or his approved subcontractor and must be included
for in the unit rates thereof.
Each switchgear panel shall be a self-contained unit with a minimum degree of protection of IP4X for
indoor installations based on IEC 60529.
The pollution level shall be taken as "medium" (creepage distance of 20mm/kV) for all equipment
installed indoors or inside enclosures.
Access to equipment installed inside panels (e.g. current transformers, cable terminations etc.) shall be
such that removal and replacement thereof can be conveniently carried out with the panels in situ, by
removal of barriers or covers fixed with bolts and nuts. Nuts shall be welded in position or secured by
means of a mechanical fixing device. (no self-tapping screws shall be used).
Panels for indoor installation shall be constructed from mild steel frames and mild steel sheeting (at
least 2mm), powder coated with a minimum thickness of 50µm to the colour as specified in the detail
specification.
A floor frame will be supplied with the switchgear to cater for installation on uneven substation floor
surfaces.
The panels shall be bolted together to form a continuous, self-supporting and self-contained board of
uniform appearance capable of extension at both ends with similar panels.
An earthing busbar shall be provided for the entire length of the board and shall make provision for
connection points at each panel section. The cross-sectional area of the earthing busbar shall be
minimum 150mm².
The maximum allowable width for the panels with are as follows:
WIDTH
o Incomers 1000mm
o Feeder 800mm
2.4.5.3.2 Busbars
The busbars shall be air insulated and contained in an isolated compartment.
Part 2-78 Section VII. Employer’s Requirements – Lot 1
The 50Hz electrical ratings of the busbar shall be in accordance (or better) with the data listed in the
data sheet.
Busbars shall be made from electrical grade high conductivity hard drawn copper, capable of carrying
the continuous rated current as specified in the detail specification, without exceeding the maximum
temperature rise specified in the relevant standard.
The busbars shall be mechanical braced for the asymmetrical ampere rating and duration of the circuit
breaker having the highest making-current rating. There shall be no barriers down the busbar runs
except on either side of the busbar section switch. Barriers shall not be used to provide mechanical
support for busbars or connections. Entry through barriers between cubicles shall be via purpose-
designed bushings.
All joints and tees in busbars shall be made with high tensile stainless-steel bolts, nuts and washers,
securely tightened with a torque wrench to the manufacturers specified torque settings. These settings
shall aim to minimize contact resistance and avoid distortion and / or hardening of the copper due to
overstressing.
o Substation main board incomers: up to 4 x 630mm² 1C steel wire armoured cables per phase
o Substation main board feeders: up to 2 x 185mm² 3C wire armoured cables per panel
Insulated gland plates with substantial copper earthing strips connected to the earth terminal shall be
provided for termination of cables.
Control cables will terminate via top entry from a suspended cable tray and will be by means of an
appropriate mechanical compression gland with a shroud.
Power cables will terminate from below and by means of the heat shrink kind.
Wooden or HDPE cable support structures for power cables must be included.
2.4.5.3.4 Labels
Permanent labels shall be provided to identify each protection relay, meter, instrument, switch and
indication light. These labels will also be provided on the back side of the LV compartment door where
applicable.
Each panel shall have a door mounted label identifying the circuit breaker number and the circuit name.
An identical label shall be mounted on the back of the panel for easy identification.
Labels shall be engraved multi-layer laminated plastic, with black characters on a white background as
follows
o Boards - 50mm
For any LV control wiring requirements refer to the “LTDRP Protection Detail Design Specification –
111233-40-SPE-EE-0005”.
The circuit breaker shall be of the vertical or horizontal isolating, withdrawable type with on-board
protection. Where trolleys are required to remove circuit breakers, voltage transformers or contactors
from the panel, at least two trolleys of each size / type will be provided as standard operating equipment
to facilitate swopping of similar equipment.
The 50Hz electrical ratings of the circuit breaker shall be in accordance (or better) with the data listed
in the data sheet.
Rated insulation level for circuit breakers shall be in accordance with IEC 60071 and will be listed in
the data sheet.
The control mechanism of the circuit breaker shall of the spring assisted trip free type with anti-
pumping circuitry. The circuit breaker shall be equipped with mechanical tripping and closing in
addition to electrical trip and close.
A busbar earth switch will be provided for each section of the MV board. Sufficient interlocking will
be provided to prevent inadvertent closing of an earth switch onto a live busbar, or the energization of
an earthed busbar.
Interlocking shall be provided to prevent connecting the circuit breaker to, or disconnecting it from, the
bus stubs unless the circuit breaker is open.
A feeder cable earth switch will be incorporated into the feeder circuit breaker.
Barrier shutters shall be provided which effectively close the bus stub connection openings when the
circuit breaker is withdrawn. These shutters will be pad lockable and clearly marked to indicate the
primary circuit, i.e. busbar, cable, left busbar or right busbar. Facilities shall be provided for
independently padlocking each shutter in the closed position.
All compartment doors giving direct access to high voltage equipment shall be mechanically
interlocked so that the door cannot be opened whilst the equipment is live.
Suitable indication shall be provided to mechanically indicate the position of the switching device, i.e.
racked-in, racked-out (isolated), earthed, on/off. The indication shall be readily visible from the front
of each panel.
Cable feeders shall be provided with fault-make rated earthing switch. Each busbar section shall be
provided with its own earthing switch.
Earth switches shall be rated for the same fault ratings as the circuit breaker and busbars.
The integral earthing shall be capable of being padlocked in the earthed position.
Earth switches shall be equipped with mechanical and electrical interlocking to prevent:
o Closing a cable earth switch unless the circuit breaker is open and disconnected from the bus
stubs.
o Reconnection of the circuit breaker to the bus stubs if the earth switch is closed.
o Closing the circuit breaker if the earth switch is inadvertently left closed due to failure of the
mechanical interlock.
Mechanical interlock shall be provided on the door to prevent opening of the door with the disconnector
in the closed position.
It shall not be possible to gain access to the busbar side of the disconnector, even in the open position,
while the busbar is live.
Disconnectors shall normally only be used in conjunction with a circuit breaker or fused unit to connect
a filter bank or load control system to the busbar.
2.4.5.3.9 Switch-fuse
Fuse switches shall be according to IEC 62271-107.
Integral three-pole earthing facilities to earth the cable side of the switching device shall be provided,
unless otherwise approved.
The use of a switch disconnector between the fused unit and the busbar is paramount.
Fuses shall be of the air-insulated, HRC cartridge striker pin type, which shall trip all phases in the
event of one fuse blowing.
The voltage indicators shall comply with IEC 61243-5, consisting of flashing LED diodes deriving its
power directly from the primary system via capacitive coupling electrodes.
The indicators will be of a type that allows for secondary phasing and rotation checks
Section VII. Employer’s Requirements – Lot 1 Part 2-81
The cost of all external wiring cabling will be included for in the secondary plant BOQ of the relevant
batch and lot.
The cost of all internal wiring and assembly must be included for in the unit rates for the switchgear.
The cost of all protection and control schemes as well as the external cabling therefore will be included
for in the secondary plant BOQ of the relevant batch and lot.
All internal wiring and assembly must be included for in the unit rates for the switchgear.
Control, protection and alarm systems and circuitry shall be as required by the system or as specified
in the main specification but shall be approved by ZESCO.
2.4.5.4.1 Control
With the bay selector switch set to local, control will be done from in front of the panel by means of a
0-30s time delayed operation.
With the bay selector switch set to remote, control will be done from the main SCADA control.
For any protection scheme requirements refer to the “LTDRP Protection Detail Design Specification–
111233-40-SPE-EE-0005”
The cost of all external wiring cabling will be included for in the secondary plant BOQ of the relevant
batch and lot.
The cost of all internal wiring and assembly must be included for in the unit rates for the switchgear.
2.4.5.4.3 SCADA
For any SCADA requirements refer to “LTDRP SCADA Detail Design Specification– 111233-40-
SPE-EE-0003”.
The cost of all external wiring cabling will be included for in the secondary plant BOQ of the relevant
batch and lot.
The cost of all internal wiring and assembly must be included for in the unit rates for the switchgear.
Voltage as well as ammeter selector switches shall be provided if called for in the detail specification.
All panels will be equipped with cluster LED type lights on the panel door indicating:
All earth switch position statuses will be clearly indicated with LED type semaphores or on the
protection relay LCD graphical display.
All alarms and trip conditions will be clearly indicated via either programmed LEDs on the protection
relay or an alarm annunciator.
A thermostatically controlled switch, adjustable between 10°C and 20°C shall be provided in the supply
circuit to the heaters with an overriding switch for the thermostat.
The wiring from the heater elements to connection terminals shall be high temperature insulation
covered, with a suitable compression-type gland.
The cost of all external wiring cabling will be included for in the secondary plant BOQ of the relevant
batch and lot.
The cost of all internal wiring and assembly must be included for in the unit rates for the switchgear.
2.4.5.4.8 Interlocking
To be read in conjunction with “LTDRP Protection Detail Design Specification– 111233-40-SPE-EE-0005”
Under all circumstances interlocking conditions will be clearly displayed. The following interlocking will be
catered for:
Busbar earth switch:
The busbar earth switch will be interlocked to close only under the following conditions:
o No busbar voltage present derived from the busbar voltage transformer and supervised to
detect voltage transformer racking and voltage transformer MCB statuses.
o All Incomer and feeder circuit breakers connected to the specific busbar must be open and
racked out.
o It will not be possible to close any circuit breaker in the service position if the relevant busbar
earth switch is not open.
o Each transformer feeder circuit breaker will send a hardwired inter-trip (52b contact) to the
lower voltage incoming circuit breaker.
o It will not be possible to close the transformer LV circuit breaker if the transformer HV circuit
breaker is open.
2.4.5.4.9 Deliveries
2.4.5.4.9.1 General
Drawing numbers and plant equipment item numbers shall be allocated by ZESCO. All drawings shall
be prepared by using either Autocad or Microstation CAD packages and supplied in *.dxf, *.dwg or
*.dgn formats.
Section VII. Employer’s Requirements – Lot 1 Part 2-83
Typical drawings are not acceptable unless they are revised to show only the equipment being
furnished.
Graphic symbols for wiring diagrams shall comply with IEC 60617.
2.4.5.4.9.2 Structural Drawings
Structural drawings shall be completely dimensioned, showing:
o Arrangement.
o Required clearances for opening doors and for removing circuit breakers.
o Conduit or cable entrance locations for bottom entrance.
o Earthing connections.
o Mass of equipment. Individual mass of stationary units and circuit breakers, if shipped
separately.
o Foundation holding down bolting details showing mounting rails and run-out rails for draw-
out circuit breakers.
2.4.5.4.9.3 Single Line Diagrams
Single line diagrams shall show:
o Instrument transformers.
o All control devices and device contacts, each of which shall be labelled with its correct ANSI
device function number, or reference.
o All internal interconnections, bus wiring, inter panel wiring and connections to external
equipment.
o Relay internal logic configuration.
The supplier shall then also provide engineer/employer with one copy of all relevant CAD data for
drawing records and drawing reproduction.
Part 2-84 Section VII. Employer’s Requirements – Lot 1
2.4.5.4.9.7 Documentation
The following documentation requirements will form part of the scope of work and deliverables:
Functional design specification
FAT file containing all FAT reports, marked up drawings, punch lists before equipment can be shipped
As commissioned drawings
Operating and maintenance manuals. Installation, operating, and maintenance instructions shall cover
all the equipment furnished including all protective relays, fuses, auxiliary relays and other equipment
and shall include characteristic curves for all protective relays and fuses.
Operating handles.
Any other special tools that is necessary to safely operate and maintain the board.
2.4.5.4.9.9 Spare Parts Lists
Complete spare parts list, including parts location diagrams or drawing and prices, which the
manufacturer recommends for the first two years' operation, shall be submitted with the tender. The
following is mandatory for each board but the contractor must list and include additional requirements
under the unit rate therefore:
2.4.5.5.1 Responsibilities
FAT will be conducted within the following framework:
Section VII. Employer’s Requirements – Lot 1 Part 2-85
The switchgear supplier will be primarily responsible for conducting the FAT and to compile all FAT
documentation.
ZESCO or his representatives will only witness FAT as a quality control function and does not take
responsibility for the correctness of the equipment supplied.
The switchgear supplier will remain responsible for the rectification of any defects found during FAT
or SAT.
Circuit breaker test results, including pressure test, vacuum bottle test, speed tests, trip and close coil
tests, mechanical checks,
Current transformer magnetization curves, ratio and polarity checks with the current transformer
installed and wired into the panel,
Voltage transformer polarity and ratio checks with the voltage transformer installed and wired into the
panel,
Upload protection relays with approved logics, protection settings and configuration settings,
Extensive functional testing of each panel protection and control scheme to prove relay configuration,
wiring, logics, protection and control philosophies,
Secondary injection to prove relay configuration and correct application of protection settings,
Overall scheme tests, i.e. busbar arc protection, busbar blocking, interlocking etc.
Although the switchgear supplier will not be responsible for SAT, the rectification of any defects found (and the
associated cost) during SAT will remain the responsibility of the switchgear supplier.
The contractor shall provide unit rates to provide assistance during the hot commissioning phase.
Commissioning assistance will be provided by either one of the following:
2.4.5.7 Training
The contractor will be required to provide equipment specific and commissioning training on equipment as
called for below.
2.4.5.8 Packing
The equipment shall be packed to international best practices and in such a manner that it will be
comprehensively protected against any environmental conditions expected during handling and
transport for delivery.
Spare parts and tools must be packed separately and marked as such.
Auxiliary transformers will be a low loss transformer designed and constructed in accordance with IEC 60076.
The core and winding assembly will be located at the tank bottom, will be braced in the two horizontal directions
and fixed at the level of the upper yoke clamps.
None of the core and winding assemblies will be suspended from the tank cover.
Earthing terminal.
Lifting lugs.
Thermometer pocket.
2.4.5.10.4 Generator
A generator shall be installed as backup supply in the event that the substation auxiliary AC supply is lost. The
generator set installation shall automatically take over the load in the event of a mains failure or abnormal voltage
condition of any one or more phases after this condition has persisted for a pre-set (but adjustable) period.
A control system shall be provided which shall monitor the mains continuously. In the event of any abnormality
(parameters pre-set but generally adjustable) the control system shall initiate the disconnection of the load from
the mains supply and start the generator automatically. The generator shall supply critical load only.
The engine shall be diesel fuelled with compression ignition, direct injection and amply rated for the site
electrical output, load characteristics and power factor as specified in the applicable Technical Schedule.
The engine shall be capable of delivering an output of 110% of the specified electrical load at the same speed
for one (1) hour in any period of 12 hours consecutive running.
The engine and installation shall be of neat appearance and all water, lubricating and diesel oil lines, filters and
stop cocks shall be leak free.
All service connections to the engine shall be flexible to allow the free movement of the set and to prevent the
transmission of vibration to the building or other structural elements.
All engine flexible or rigid piping not heat resistant shall be adequately protected against damage by radiant
heat.
Engine wiring shall be of the heat-resisting type.
All moving parts shall be adequately mechanically protected against accidental contact.
Tenderers shall state in the applicable Technical Schedule the specified fuel consumption of the complete set
with auxiliary equipment in litre per hour at 100%, 75%, 50% and 25% load to an accuracy of 10%. These
figures shall be guaranteed and proved during site tests.
An automatic low oil pressure cut-out system which will de-energise the stop solenoid on the engine and give
the alarm as indicated shall be fitted.
An oil pressure gauge shall be fitted in the main lubrication oil circuit after the oil filter(s). An oil temperature
gauge shall be fitted in the case of air cooled engines.
A concrete plinth shall be provided for the generator. The base frame shall be placed directly on a concrete floor
and may be bolted to the floor. The frame must be high enough off the floor to facilitate easy installation and
removal of the drip tray specified and for the draining of engine oil. The frame shall be of rigid construction
enabling the complete set to be transported without dismantling.
An engine-mounted fuel pump shall be fitted. The fuel tank shall preferably be mounted in such a position that
fuel is gravity fed to the engine. The tank shall be fitted with a full height transparent gauge glass. The fuel tank
shall contain enough diesel for four hours operation at 100% load.
Should the engine require a particular grade of fuel, this shall be clearly stated in the tender.
The generator shall be equipped with a baffle or absorption type silencer, designed and constructed that sound
level measurements taken at 3 meters of the exhaust opening shall not exceed 70dB.
The generator shall be electrically started from a battery set (integral to the generator) and will be controlled by
the panel mounted starter control circuitry. A 230V battery charger with auto trickle facility shall be provided.
The overload capacity of the alternator shall be such as to allow overloads of 10% for one hour or 50% for two
minutes.
Part 2-90 Section VII. Employer’s Requirements – Lot 1
The voltage regulation shall be better than ±1% of the nominal voltage specified at all loads with a power factor
between unity and 0,8 and within the engine speed variations of 4,5% between 0% and 100% of full load. The
output wave form shall be sinusoidal and the deviation from a true sine wave shall not exceed 5%. The line-to-
line harmonic content or distortion (Distortion Factor) when measured between any of the phases at any linear
load capacity of the alternator shall not exceed 4%.
This installation shall comply in all aspects with the applicable Acts and Regulations.
Note: 1 All duration periods exclude any travelling time. Duration periods shown are the actual time spent on
training and FAT.
Section VII. Employer’s Requirements – Lot 1 Part 2-91
ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment.
Power cables with extruded insulation and their accessories for rated voltages
from 1 kV (Um = 1,2 kV) up to 30 kV (Um = 36 kV) –
IEC 60502-2
Part 2: Cables for rated voltages from 6 kV (Um = 7,2 kV) up to
30 kV (Um = 36 kV)
Optical fibres — Polarization mode dispersion measurement techniques for single-mode optical
IEC 61941
fibres
IEC 61282-3 Fibre-optic communication system design guides. Calculation of polarization mode dispersion
1. Conductor - Copper.
2. Conductor screen – Extruded semi-conductive layer.
3. Insulation – XLPE.
4. Core screen - Extruded free strippable semi-conductive layer.
5. Semi-conductive numbered tape - 1, 2 and 3 Printed on alternative cores.
6. Metallic screen - Copper tape.
7. Filler material – Pre-formed plastic.
8. Binder tape.
9. Inner sheath.
10. Armouring – Galvanized steel wire for three-core cables and Aluminium wire for single core cables.
For radial water blocking install water swellable tapes below and above armouring.
11. Outer sheath – Polyethylene.
2.4.6.2 Excavations
Existing services will be pointed out to the contractor as far and as accurate as possible with the information that
is available, however the responsibility will remain with the contractor to find and safely expose all existing
services by hand. The contractor must survey the proposed route to determine the optimal placement of the
cable with regards to obstacles, road crossings and existing services, as follows:
Cross cuts must be done at 50m intervals by hand to determine the position and depth of all existing
services to plan the trench route before excavation commences.
The contractor must also make use of a non-invasive cable detection system first to survey the route
and determine the least congested area. Survey implies as many runs in as many directions as is
required to cover the whole pavement.
Due to the amount of existing services the unit rates must make provision for the most efficient way of
exposing these services without damages. The use of compressed air excavation tools like an “Air
Knife” or similar must be provided for in the unit rates for excavations.
Tarred road surfaces are not to be damaged. All road crossings must be drilled.
Classification of soil will be done as follows:
Hard/dense soil
Generally, any soil which requires the close application of picks, jumpers or scarifiers to loosen; for
example stiff clay, gravel and cobble stone.
Note: Cobble stone is rock fragments usually rounded or semi-rounded having maximum diameter in
any direction between 80mm and 300mm.
Soft disintegrated rock (not required blasting)
This shall include rock or boulders, which can be excavated by barring, wedging and splitting manually
or using pneumatic tools. It shall also include embedded boulders measuring not more than one metre
in any one direction.
Note: The mere fact that the contractor resorts to blasting to loosen the material shall not mean that it
will be classified as hard rock.
Section VII. Employer’s Requirements – Lot 1 Part 2-93
Claims for excavations will be processed according to the trench dimensions provided. Over excavation will not
be considered.
Generally, the centre line of trenches will be 1m from the stand boundary. Obstructions encountered should be
brought under the attention of the engineer.
A minimum distance of 300mm shall be maintained between the cable and other services.
No trees shall be cut during the execution of the contract unless specifically arranged with the engineer. Should
any trees have to be removed, the contractor shall arrange for the complete uprooting and trimming of tree trunks,
as well as the stacking of all trunks and branches. Holes caused by the uprooting shall be filled and consolidated.
Rubble shall be removed to leave the site neat and tidy. The contractor shall be held responsible for any damage
that may occur during the felling of trees.
The trench shall be cleaned of all stones and sharp objects to a neat square finish.
Provision shall be made at road crossing to keep the roads open during the cable installation period by installing
heavy-duty steel plates across the open trenches. The contractor shall include this in the tender price.
All railway lines plus all tarred roads are to be crossed with sleeves by boring (drilling) underneath to a depth of
at least 1.5m into which the cable is to be laid. Sleeves are to be strong enough not to buckle under the load of
the ground above, and correctly sized for the cable. In addition to these sleeves at crossings, cable manholes
will be constructed on either side of each crossing. This will be done by means of brick and mortar and at the
same depth as the accompanying cable trench. The design of the manhole must make provision to keep out any
ground water but the use of a subsoil drain can be considered. The top of the manhole must be a minimum of
300mm above NGL. All power cables, spare sleeves, as well as the fibre-optic cable on the same route, will
enter the manhole. All subsoil entries into the manhole will be sealed watertight. The manholes must be
positioned to act as a transition point where a change in direction can be done. Lockable watertight lids must
also be provided, the size of which must be able to cater for both power and fibre optic during installation.
Where the cable is installed along a tarred road and crosses a dirt road that might become a tarred road, sleeves
must be installed for each cable plus one spare. The unit rate for sleeves will make provision for joint couplings
as well as end-caps where require.
It is preferred that trenches not be left open overnight. If it is unavoidable, however, the contractor must, as a
minimum, install orange trench barrier netting. The netting must be a bright orange colour, a minimum of 1.2m
high and supported every 2m by a wooden or iron pole of 1.5m to prevent injury to passers-by. In areas where
the open excavation is not very well lit, the contractor may, in addition to the netting, make use of red strobe
lights positioned in intervals of 5m. The contractor remains responsible for safety in and around the open
excavation until it is backfilled.
Only sandy clay or loam soil with a satisfactory thermal resistivity (not exceeding 1.2C m/W) may be used for
this purpose. Sea or river sand, ash, chalk, peat clinkers or clayey soil shall not be used.
Where no suitable soil is available on site, the contractor shall import fill from a commercial source.
The bedding under joints shall be fully consolidated to prevent subsequent settling.
After the cable has been installed, a further blanket layer of bedding material shall be provided to extend to
75mm above the cables. This layer must be levelled and lightly compacted by hand.
2.4.6.4 Backfilling
Backfilling of trenches shall not commence without inspection.
Backfilling shall be done with soil suitable to ensure settling without voids. No large stones or rocks shall be
present in the backfill material for the first section above the blanket layer as per the design. Thereafter all soil
used for backfilling shall pass through an 80mm mesh to ensure that the maximum allowable diameter of stones
present in the backfill material is 75mm.
The material to be utilised for compacted backfill shall be deposited in horizontal layers having a thickness of
not more than 300mm before being compacted. In backfilling, the bedding on top of the cable shall be covered
first with a 200mm layer of well graded material containing no pieces larger than 20mm, before any coarse
material is deposited.
The distribution of materials shall be such that the compacted material will be homogeneous to secure the best
practicable degree of compaction, impermeability and stability.
Prior to and during compaction operations, the backfill materials shall have the optimum moisture content
required for the purpose of compaction, and the moisture content shall be uniform throughout the layers.
The material shall be compacted by compaction machines to a minimum of 95% MOD AASHTO. Compaction
certificates will be required.
Surplus material shall be removed from site and suitably disposed of.
On completion, the surface shall be prepared to match the surrounding area. In the case of roadways or paved
areas the excavations shall be consolidated to the original stability and the surface finish reinstated.
5. Connected to
2.4.6.6 Cable Installation
Applicable ZESCO standards:
SP-ECA-004 – Power cable installation.
Danger tape shall be installed above both the 11kV cables, only at the depth as indicated, along the entire trench
length. The tape must be 450mm wide and must be a minimum of 200 micron thick. It must be bright orange
or yellow with red skull and crossbones and the words "ELECTRIC CABLE" printed on not more than 1m
intervals.
Concrete slabs (900x300x65mm) will also be installed where any other services are crossed, either 300mm above
or 300mm below so that the new cable is comprehensively protected. In areas where a high risk of damage
exists, the entire trench will be packed with concrete slabs.
Pulling eyes shall be provided on both ends of a cable drum length. The pulling eye shall be securely connected
to both the cable conductor and the sheath to avoid elongation of the sheath during installation.
Cable rollers shall be used to run out cables. Rollers shall be spaced so that the length of cable in the trench will
be totally suspended during the laying operation and sufficiently close to prevent undue sagging and the cable
from touching the ground. Rollers shall also be placed in the trench in such a manner that they will not readily
capsize.
During the installation of the cable, the drum shall be mounted on a suitable sized cable trolley. Under no
circumstances will the drum be laid flat, the cable uncoiled and the coils rolled along the trenches.
Cables shall have heat shrink end caps fitted and will stay on until the joints and terminations are made.
Cable rollers shall have no sharp projecting parts liable to damage the cables.
Where cables have to be drawn around corners, well-lubricated skid plates shall be used. The skid plates shall
be securely fixed between rollers and shall constantly be examined during cable laying operations.
Where cables have to be drawn through sleeves or ducts, a suitable cable sock shall be used and particular care
shall be exercised to avoid abrasion, elongation or distortion of any kind.
The maximum allowable tension when pulling a cable with a cable stocking is as follows:
The maximum allowable tension when pulling a cable with a pulling eye connected to the conductors is as
follows:
Copper cables F = core size x number of cores x 4.9x10-2kN/mm.
The contractor remains responsible to confirm the limitations of the cable from his supplier. If the values
provided by the supplier differ from those provided above, the contractor must change his adapt his installation
methods to accommodate it. It will be assumed that the price or rates contained in the tender includes for the
installation of cables in pipes and ducts or below existing or newly installed services. The Engineer shall be
informed timeously of the intention to carry out all cable laying operations to allow an inspection of the works
if so required.
Part 2-96 Section VII. Employer’s Requirements – Lot 1
The cable shall be installed using a winch and care shall be taken not to exceed the maximum permissible pulling
force specified by the manufacturer.
Where conditions are particularly difficult, the continuous bond pulling method shall be used.
The maximum permissible bending radius of a cable is typically fifteen times the cable diameter. This must be
confirmed in the technical schedules according to a specific supplier’s requirements. Any damage resulting from
ignoring this value will be rectified by the contractor at his own expense to the satisfaction of the engineer.
2.4.6.7.1 General
The joints and terminations shall be type tested, with the cable in order to prove compatibility as follows:
IEC 60502 for 11kV cables
The Cu conductors shall be jointed together using an approved conductor jointing process.
Joints and terminations shall be supplied with all necessary material required for making the joints or
terminations in their entirety. The equipment for each joint and termination shall be packed in a separate case
with step by step instructions and drawings included.
All joints and terminations will only be performed by certified tradesmen, the credentials of whom must be
available on site.
Remove water blocking material from within the conductors with care before inserting into lugs and connectors
for crimping.
Where a visual representation of the phase rotation colours is required for MV cables it shall be:
L1 – R(red)
L2 – Y(yellow)
L1 – B(blue)
2.4.6.7.2 Terminations
Heat shrinkable termination kits shall be used for terminations.
The conductors of the cable shall be connected directly to the switchgear bus-bars in the cable terminal boxes
with cable lugs. The conductors shall be soldered properly to the cable lugs.
When cutting away insulation from cable conductors to fit into lugs, care shall be taken that no strands are left
exposed. Under no circumstances may any of the conductor strands be cut away to fit into lugs.
Suitable lugs shall be used and preferably be solidly seated to cable conductor ends. Lugs may be crimped using
mechanical, hydraulic or pneumatic tools specifically designed for this purpose. Under no circumstances may
a lug be crimped by means of a hammer and/or punch.
Lugs crimped to Cu shall be subjected to thorough inspection with relation to material and quality of crimping
by the engineer.
Contact surfaces shall be thoroughly cleaned and smoothed and fixing bolts shall match the hole size of the lug
and shall be manufactured of cadmium plated tensile steel.
The complete kit shall be packed in a container that is marked for the type of cable insulation and construction
as well as the voltage range for which the materials are suitable.
Section VII. Employer’s Requirements – Lot 1 Part 2-97
An illustrated set of instructions for the installation of the materials shall accompany the kit.
The terminations shall make minimal, if any, use of insulating or stress relieving tapes. The use of electrical
stress control and insulating tubing, heat-shrunk onto the terminations is preferred above the other methods.
The kits shall include suitable boots for the covering of the terminal studs on the equipment. The ends shall be
terminated strictly in accordance with the termination manufacturer's specification and shall withstand the same
test voltage as the rest of the cable.
The heat-shrinkable and other materials used for the terminations shall be of high quality and shall retain their
electrical and mechanical properties without deterioration.
Terminations shall be made of a material that gives lasting protection against ultraviolet radiation.
The cores of all cables terminated shall be completely covered with a shrunk-on protective layer against surface
tracking, ultra-violet radiation and weathering.
Cables shall be terminated in accordance with the recommendations laid down by the manufacturers of the cables
and the terminations employed.
2.4.7.1 General
Full particulars of the cable proposed need be submitted to the engineer for approval.
The contractor must survey the route in order to find the best position for a joint pit / draw box taking into
account the max permissible tension in the cable during installation as well as the drum length.
Lubricants are to be avoided during installation.
Draw boxes shall be provided at all acute changes of direction and at splicing positions and will be installed to
the manufacturers’ requirements “out of line” from the trench.
The box must have inside dimensions large enough, minimum 600 x 600mm or bigger as required by the DUCT
fibre supplier, to be able to coil the cable inside.
It must be purposefully made and can be either be sectional concrete, fibre cement or Polyethylene with a
lockable lid bearing the ZESCO logo thereon.
It must also be water and dust tight after installation.
ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment.
Part 2-100 Section VII. Employer’s Requirements – Lot 1
The existing switchgear and control buildings will not be demolished. These buildings must be stripped of all
the equipment which must be delivered to the Zesco farm.
Where the building has been contaminated as a result of typically oil and/or acid spills, it must be thoroughly
cleaned to make it safe to be used as offices. No structural or functionality modification will be done.
There is an existing radio mast. This mast will not be demolished as it will be reconnected to the new
communications equipment.
Any demolishing must strictly be done in accordance with 111233-40-SPE-EE-0018 - Dismantling of Overhead
Line and Substation Equipment Specifications.
Section VII. Employer’s Requirements – Lot 1 Part 2-101
3. DRAWINGS
3.1 LOT 1 - CONSTRUCT NEW WOODLANDS 33/11 KV SUBSTATION
3.1.1 Primary plant
4. SUPPLEMENTARY INFORMATION
Attached specifications:
Technical Specifications for Telecoms Optical Line Terminal / Access Equipment
Technical Specifications for Optical Fibre Cables: Optical Ground Wire (OPGW), All Dielectric Self
Supporting (ADSS), Direct Buried Underground (DUCT)
Environmental and Social Management Plan for The Lusaka Transmission and Distribution Rehabilitation
Project
Health and Safety Management Plan for The Lusaka Transmission and Distribution Rehabilitation Project
Technical Schedules
3 Task 3 - Intergrade existing 33 & 11kV cables into new Woodlands Substation
Lot 1 Rev 5
Part 2-106 Section VII. Employer's Requirements
____________________________________________________________________________________________________________________________________________
Instructions to Bidders
Modification of any part of the Technical Schedules might result in the misplacement of information which is crucial for successful Bid evaluation. Bidders
should follow and adhere to the following rules and guidelines in completing the Technical Schedules:
1 Make sure it is the latest Revision of the Technical Schedules which might have been submitted as an Addendum.
2 Bidders need to keep the format of the Technical Schedules exactly the same as the original:
a. Do not add, delete or insert any columns
b. Do not add, delete or insert any rows. Make use of the space provided under Additional Items which can be
found in the different sections of this Technical Schedules
c. Do not change any fonts or formatting
3 Do not change any headings or equipment descriptions. Use the Additional Items sections if necessary.
4 Do not change any Worksheet names or add delete/add any Worksheets
5 Do not change the name of the Spreadsheet.
6 Do not copy and paste values, please make sure information provided is accurate according to the specified equipment
This Technical Schedules must be submitted in Excel format with the Bidding Documents. The Schedules must be submitted on flash disk in a clearly
marked envelope indicating the following information: Tender number, LOT number, Description and Bidder's name. The envelope must be attached to
the cover page of Volume 1.
Before the Technical Schedules are submitted make sure of the following:
10 There are no passwords in the Excel document which prevents the contents of the document from being opened
11 The Bidder's Name is provided in the space provided on the front page
12 The CD or memory stick used for the submission is clearly marked with the Bidder's name
13 The CD or memory stick is properly attached to the Bidding document
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-107
_______________________________________________________________________________________________________
WOODLANDS SUBSTATION
TECHNICAL SCHEDULES
Table of Contents
Sequence
Item No Description
No
1 1 Power Transformer 33/11kV 30 MVA
115 2 33kV Circuit Breakers - Incomers and Bus-Sections
157 3 33kV Circuit Breakers - Feeders
199 4 33 kV Isolators
224 5 33kV Current Transformer - Post
245 6 33kV Current Transformer - Ring
259 7 33kV Voltage Transformers
282 8 11kV Voltage Transformers
310 9 11kV Earthing Resistor
337 10 200kVA Auxiliary Transformer
392 11 50kVA Generator
459 12 33kV Surge Arrestors
478 13 11kV Surge Arrestors
497 14 33kV Post Insulators
511 15 Substation 11kV Switchgear
559 16 630mm² 6.35/11kV 1C Cu XLPE AWA
584 17 240mm² 19/33kV 3C Cu XLPE SWA
609 18 240mm² 6.35/11kV 3C Cu XLPE SWA
635 19 120mm² 6.35/11kV Cu 1C XLPE AWA
660 20 120mm² 6.35/11kV Cu 3C XLPE SWA
685 21 120mm² 1kV 4C Cu PVC SWA
708 22 Outside Termination - 630mm² 6.35/11kV AWA XLPE 1-Core Cu Cable
729 23 Inside Termination - 630mm² 6.35/11kV AWA XLPE 1-Core Cu Cable
750 24 Outside Termination - 240mm² 19.05/33kV SWA XLPE 3-Core Cu Cable
771 25 Outside Termination - 240mm² 6.35/11kV SWA XLPE 3-Core Cu Cable
792 26 Inside Termination - 240mm² 6.35/11kV SWA XLPE 3-Core Cu Cable
813 27 Inside Termination - 120mm² 6.35/11kV SWA XLPE 3-Core Cu Cable
834 28 Inside Termination - 120mm² 6.35/11kV AWA XLPE 1-Core Cu Cable
855 29 Cable Joint - 630mm² 6.35/11kV AWA XLPE 1-Core Cu Cable
874 30 Cable Joint - 240mm² 19/33kV SWA XLPE 3-Core Cu Cable
893 31 Cable Joint - 240mm² 6.35/11kV SWA XLPE 3-Core Cu Cable
912 32 Cable Joint - 120mm² 6.35/11kV SWA XLPE 3-Core Cu Cable
931 33 Free-standing Panel and Junction Box
970 34 Relay Technical Specification
1029 35 Transformer Protection
1094 36 33kV Busbar Protection
1116 37 33kV Bus Section Protection
1131 38 33kV Feeder Protection
1161 39 33kV Incomer Protection
1187 40 11kV Transformer Incomer Protection
1215 41 11kV Arc Protection
1226 42 11kV Bus Section Protection
1236 43 11kV Local Feeder Protection
1262 44 AC/DC Distribution Boards
1315 45 110V Batteries
1356 46 110V Battery Charger
1408 47 48V Batteries
1455 48 48V Battery Charger
1507 49 Metering
1536 50 Substation SCADA Specification
1609 51 Substation Telecommunication specification
Lot 1 Rev 5
Part 2-108 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
WOODLANDS SUBSTATION
Tenders must complete this schedule in detail as insufficient data may invalidate a tender.
Tenderers shall only offer equipment as called for in the specifications as part of their main offer. Alternatives shall be listed
separately from these Tender documents.
Where such alternative equipment is offered subject to final approval, the Tenderer shall submit detailed information to enable
the Engineer to evaluate the equipment with the tender. If the information submitted is not adequate to satisfy the Engineer that
the equipment is acceptable such an alternative offer will not be considered. Where Bidders choose to submit more than one
supplier for the same equipment, the Employer has the right to choose which equipment the Bidder should supply.
The provided typical 33kV and 11kV combined control, protection and telecommunication panels shall be strictly used as the
The technical schedule below should be completed in conjunction with the following:
- LTDRP SCADA Detail Design Specification - Document No. 111233-40-SPE-0003
- LTDRP Telecommunication Detail Design Specification - Document No. 111233-40-SPE-0004
- LTDRP Protection Detail Design Specification - Document No. 111233-40-SPE-0005
- ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-109
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-110 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-111
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-112 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-113
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-114 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-115
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-116 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-117
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-118 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-119
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-120 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-121
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-122 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-123
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-124 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-125
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-126 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-127
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-128 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-129
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-130 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-131
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-132 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-133
_______________________________________________________________________________________________________
Lot 1 Rev 5
Part 2-134 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 1 Rev 5
Section VII. Employer’s Requirements 2-135
A. PROJECT BACKGROUND
The Lusaka Transmission and Distribution Rehabilitation Project (LTDRP) aims to strengthen the existing
transmission and distribution infrastructure in and around Zambia’s capital, Lusaka. This is achieved by,
amongst other, increasing the power intake and distribution capacity and reliability of the 132kV ring
surrounding Lusaka. The ring currently connects Lusaka West - Roma - Leopards Hill - Waterworks -
Coventry - Lusaka West substations. During the execution of the LTDRP packages, the integrity of the ring
must be protected by avoiding the isolation of more than one section at any point in time.
1 OBJECTIVE
Package 8 of the LTDRP increases the 33 kV infrastructure by:
Increase the transformer capacity at Woodlands Substation.
Increase the 33kV transfer capacity between Coventry and Kafue Substations
Increase the 33kV transfer capacity between Industrial, Mungwi, Liverpool and Matero Substations
2 OVERVIEW
The above objectives will be achieved under one contract, herein referred to as:
Lot 1: Woodlands 33/11kV Substation Upgrade (Separate document)
o Task 1 – Relocate existing 33 & 11 kV distribution line termination structures
o Task 2 - Construct new Woodlands 33/11 kV Substation.
o Task 3 – Intergrade existing 33 & 11kV cables into new Woodlands Substation
o Task 4 - Dismantle Existing Woodlands 33/11 kV Substation
Lot 2: Coventry – Kafue 33kV Overhead Line Upgrade (This document)
o Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
o Task 2: 33kV feeder bays at Coventry Substation and Kafue Substation
Lot 3: Industrial – Matero 33kV Corridor Upgrade (Separate document)
o Task 1 - OHL from Industrial Substation to Mungwi Substation
o Task 2: OHL from Mungwi Substation to Liverpool Substation
o Task 3: OHL from Liverpool Substation to Matero Substation
Part 2-138 Section VII. Employer’s Requirements – Lot 2
3 NETWORK DIAGRAM
The existing 33kV networks are shown in Figure 1 and the proposed alterations to these networks are shown
in Figure 2.
4 DEPENDENCIES
There are no inter-lot and inter-project dependencies as the 33kV links between Coventry and Kafue are
merely being up-rated.
Section VII. Employer’s Requirements – Lot 2 Part 2-139
5 SCHEDULE
The typical schedule of the Package 8 Lot 2 is shown in Figure 3
MONTHS
1 2 3 4 5 6 7 8 9 10 11 12
Package 8 Lot 2
Lead Time
Task 1
Task 2
Task 3
6 ABBREVIATIONS
Item Description
°C Degree Celsius
°C/mW Degree Celsius per meter Watt
A Ampere
AAC All Aluminium Conductor
AC Alternating Current
ADSS All dielectric self-supporting
ANSI American national standards institute
BCEW Bare copper earth wire
BOQ Bill of quantities
BS British standard
CAD Computer added drawing
CCITT Consultative Committee International Telephone and Telegraph
cm Centimetre
CT Current Transformer
Cu Copper
DC Direct Current
DPC Damp proof coarse
EN European norms
EPC Engineering procurement and construction
EPSG European petroleum survey group
FAT Factory acceptance test
GA General arrangement
HDG Hot dipped galvanized
HDPE High density polyethylene
HF High frequency
HMI Human Machine Interface
Part 2-140 Section VII. Employer’s Requirements – Lot 2
Item Description
HPS High pressure sodium
HV High Voltage
Hz Hertz
IEC International electrotechnical commission
IEEE Institute of Electrical and Electronics Engineers
ISO International standards organization
kA Kilo Amperes
kg Kilogram
kg/sqm Kilogram per square metre
kl Kilo litre
km² Square kilometre
kPa Kilo Pascal
kV Kilo Volts
LCD Liquid crystal display
LED Light emitting diode
LTDRP Lusaka transmission and distribution rehabilitation project
m/s Meter per second
MCB Miniature Circuit Breaker
MOD AASHTO Modified American Association of State Highway and Transportation Officials
mPa Mega Pascal
MV Medium Voltage
MVA Mega Volt Ampere
N/mm² Newton per square millimetre
NER Neutral earthing resistor
NRS National Reference Standard
ODF Optical distribution frame
OEM Original equipment manufacturer
OLTC Online tap changer
ONAF Oil natural air forced
ONAN Oil natural air natural
OPGW Optical Ground Wire
Pa Pascal
PVA Poli-Vinyl Acrylic
PVC Polyvinyl Chloride
RTU Remote Terminal Unit
RYB Red-Yellow-Blue ( phase rotation)
SANS South African National Standard
SAT Site acceptance test
SC Standard connector
SCADA Supervisory Control and Data Acquisition
TRFR Transformer
UPS Uninterruptible power supply
Section VII. Employer’s Requirements – Lot 2 Part 2-141
Item Description
UTM Universal Trans Mercator
UV Ultra violet
VT Voltage Transformer
XLPE Cross linked polyethylene
ZESCO Zambia Electricity Supply Commission
Part 2-142 Section VII. Employer’s Requirements – Lot 2
7 SCOPE OF WORK
The scope of work summary for Package 8 Lot 2 is divided into the following tasks:
Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
Task 2: 33kV feeder bays at Coventry Substation and Kafue Substation
The substation works are typically divided into three disciplines, namely
Primary plant, which covers all high- and medium-voltage equipment,
Protection, control and telecommunication equipment, and
Civil works.
The overhead line works are typically divided into three disciplines, namely
Phase conductor and OPGW,
Conductor hardware and assemblies, and
The prospective bidders must study the documents and drawings and ensure that he allows for all the material
required to provide a complete fully functional installation. Bidders need to outline any significant material
omissions in their Bids. It is important to note that the scope of work is design, supply, installation and
commissioning, up to final handover of the fully functional substation, properly integrated into the Lusaka
Transmission and Distribution network.
Although a functional design was conducted in preparation of this Bidding Document, the Bidder will be
responsible for the detail design within the quantities provided in the Schedule of Rates and Prices. To this
effect, the Bidder will include all equipment not specifically listed in the Pricing Schedule, but required for a
fully functional product, under the relevant section allowed for under Additional Items.
Where detail Technical Data is not provided for specific items, the successful Contractor will be required to
specify these items, supported by the necessaries calculations, in line with the standards provided, for
approval of the Engineer
Section VII. Employer’s Requirements – Lot 2 Part 2-143
Figure 5 Geographical layout of Coventry and Kafue Road existing 33kV networks
Section VII. Employer’s Requirements – Lot 2 Part 2-145
Remove and set aside for later use the yard stone in the affected areas.
Design, supply and install foundations for all new equipment.
Design, supply and install steelwork for all new equipment.
Design, supply, install and connect all new equipment to the existing busbar with Centipede.
Connect all new equipment to the existing substation earth grid.
9.3.1 Protection
The existing protection panels at Coventry and Kafue Substations must be re-used.
Protection settings must be redone to see if there is still adequate coordination between the two
substations
Integration of new equipment and existing protection panels into the existing protection system is
part of the scope.
All primary and secondary cable work is included.
All affected protection to be re-commissioned.
9.3.3 Other
Supply 33kV statistical meter panels with the required meters at both ends (Coventry and Kafue).
Please supply the meters and ethernet switches as per supplementary information
Meter Model: DTSD178 3Phase 3/4 Wires AMI meter IEC62053-22 IEC62053-23 with
Ethernet communication model with Ethernet communication module
Ethernet Switch Model: ZTE 2928E, 24 Ethernet 10/100M RJ45 electrical ports, 2 GE
Combo ports and 2 GE SFP optical ports, fixed - AC/DC power supply.
Supply the new 33kV feeder protection and control panels from the existing AC/DC distribution
panels.
Supply and install all necessary current transformer and voltage transformer junction boxes with
terminals as well as all necessary multicore control and small power cables including terminations.
Factory acceptance tests (FATs), witnessed by three engineers of each discipline (protection,
SCADA and telecommunications) as the representatives of ZESCO shall be conducted according
to the specifications. Sufficient time should be set aside for a thorough FAT. As far as practically
possible, the protection and control scheme FAT will be conducted together with the SCADA
system FAT.
Site Acceptance Tests (SATs) and local and overseas training to be provided for by the contractor
as detailed in the specifications. These tests and training will be applicable to all the equipment
supplied under this contract.
Testing and commissioning of all works.
Following the successful commissioning, supply as-built drawings, maintenance manuals, cable
schedules and other necessary drawings, as applicable, including software copies in AutoCad
format (three sets of each).
Section VII. Employer’s Requirements – Lot 2 Part 2-147
B. SPECIFICATION
The Specification for this Lot corresponds to the tasks in the Scope of Work. It contains standard details on
any possible ZESCO related equipment and works. Functional requirements for design and construction are
described below, which must be read in conjunction with the ZESCO Standard Specifications (Section VII
Works Requirements – Supplementary Information) and Technical Schedules (Section X Contract Forms).
10 Reference standards
The design shall be in accordance to the latest version of the local ZESCO codes & standards, British
Standards (BS) or relevant IEC standards listed in the table below:
NB: In the absence Local codes and standards, British Standards (BS) or relevant IEC standards shall take
precedence. Where there is any conflict between the requirements of the Specification and the Specification
of Equipment, then the Specification shall take precedence. Where there is any conflict between the
requirements of this Specification and International Standards, then this Specification shall take precedence,
unless otherwise agreed to, in writing, by the Engineer.
VOLUME 1
VOLUME 2
No Title Reference
1. POWER TRANSFORMERS
No Title Reference
4. CURRENT TRANSFORMERS
5. VOLTAGE TRANSFORMERS
No Title Reference
1. GENERAL
1.1 Fire Extinguishing Installations BS 5306
1. GENERAL
Masonry cement - Part 1: Composition, specifications and
1.1 EN 413-1
conformity criteria
Part 2-152 Section VII. Employer’s Requirements – Lot 2
11 Personnel requirements
The Bidder must demonstrate that it will have the personnel for the key positions that meet the following
requirements:
The Bidder shall provide details of the proposed personnel and their experience records.
Project Management and Contract Management activities. The Contractor’s representative and/or any deputy
must be professionally registered as a project manager at an international recognised institution. Certified
copies of this registration need to be submitted with this Bid.
Monthly Progress Meetings will be held on site and must be attended by at least the Contractor’s
Representative and the Site Manager. The Contractor’s Representative will be duly authorised to make
decisions on behalf of the Contractor.
It is a specific requirement that the Contractor’s Representative, Site Manager and Safety Official must be
fluent in English and the language of the Contractor's personnel. The above shall be in accordance with the
General Conditions.
No. Position
Detailed project schedule showing all planned activities including starting and completion dates for:
a. Project commencement
b. Data Collection
c. Design
d. Design Approvals
e. Procurement,
1
f. Factory Acceptance Tests
g. Delivery of material
h. Preparation works for construction
i. Construction
j. Testing and Commissioning and
k. Handover.
Detailed designs and drawings for substations, switching stations and associated plant including the
following:
No. Position
g. Earthing Designs
h. Sections
i. Lighting Layouts
j. Lightning layouts.
k. Fire protection designs
l. Control Building layout
m. Cable trenches
n. All relevant protection and metering designs
o. All relevant SCADA, Telecommunication and Substation automation designs
Submission and approval of Technical details for all equipment listed in the Technical Schedules prior
4
to ordering.
5 Geotechnical studies and soil analysis of substation site area.
6 Samples of building material where applicable e.g concrete blocks and brick cube tests.
The poles shall be pressure impregnated and shall not be cut to a shorter length or smaller diameter
after impregnation. The moisture content at the time of impregnation shall be less than 170g/kg.
Retention and penetration requirement.
Poles shall be fitted with gang nail or 4 turns of 2.5mm galvanized steel wire on each end.
Poles shall not deviate as specified in BS 1990:1984.
Poles shall be marked in accordance with Zesco specification SP-ESU-006.
All drilled holes shall be treated on site with creosote prior to installation of hardware.
Holes will not be drilled within 150mm from the end for Pine poles and 100mm for Eucalyptus
poles.
Strain insulators to be clevis and tongue and the supporting insulators, where applicable, to be a
line post insulator with galvanized steel spindles if required.
Any hardware must have a minimum of 120kN tensile strength.
All exposed steel hardware must be galvanized as per ISO 1461.
Where a visual representation of the phase rotation is required, this can be done with Red-Yellow-
Blue.
Steel stay wire shall be in accordance with IEC 60888:1987: Zinc-coated steel for stranded
conductors.
A rectangular stepped hole shall be dug so that the length of the hole is in line to the projected line
of the stay wire.
The hole shall be large enough for the stay plate to fit in, with minimum dimensions of 2m long,
1m wide and 1,950mm deep.
Once the hole is dug, the front face of the lower step shall be undercut to accommodate the stay
plate. An 80mm wide slot shall be cut in the steps at 45° to allow for the stay rod.
The stay plate shall be placed up against undisturbed soil on the pole side of the hole. The hole
shall be backfilled and compacted/rammed in maximum 150 mm layers. In poor soil areas, a 1:10
cement/sand mixture to be used for backfilling.
Stay rod to protrude 150mm above ground level.
Stay rod diameter to be M20 with a minimum length of 2,500mm.
Stay plate to be 440mm x 440mm and 10mm thick.
Stay wire to be 19/2.65 galvanised steel wire.
The amount and layout of stays installed for strain structures shall be as per the contractor’s design.
If hanging free, the stay insulator must not be closer than 4m to natural ground level.
All hardware used must be a minimum of 120kN for the 33kV line.
See standard Zesco drawings for more details.
Part 2-158 Section VII. Employer’s Requirements – Lot 2
a) Suspension assemblies
Figure 12Figure 12 shows a typical suspension assembly for wooden H-pole structures. Please take note that
the glass discs will be replaced by a composite insulator.
b) Strain assemblies
Figure 13 shows a typical strain assembly for wooden H-pole structures. Please take note that the glass
discs will be replaced by a composite insulator.
14.1 GENERAL
The following structure types are included in this specification:
Double circuit self-supporting intermediate structures (flanged);
Double circuit self-supporting terminal structures (flanged);
Double circuit self-supporting angle strain structure (flanged);
14.2 DEFINITIONS
The expression span lengths shall be taken to mean the horizontal distance between the centre lines of adjacent
structures.
The ground clearance is the minimum distance between the conductor and ground level in a span with the
conductor at its maximum design temperature.
The equivalent span is the calculated span length for tensioning a multiple span section such that the tension
of the equivalent span may be used for tensioning the whole section.
The upward vertical load imposed by the conductor at a support resulting from the gradients to the adjacent
spans is called the conductor uplift (minimum weight span).
The electrical clearance as specified is the separation distance between conductors based on the minimum
distance allowing for mid-span swing.
The maximum span is the maximum permitted length of any span for the conductor spacing adopted.
The sag is the maximum vertical distance between a conductor’s lowest centenary curves that spans between
supports and a straight line joining the conductor’s points of support.
The weight span is the horizontal distance between the lowest points of a conductor on either side of the
support. The lowest points of the catenary curves of both adjacent spans can be on the same side of the
support at steeply sloping terrain.
The horizontal load imposed by wind pressure acting at right angles to any element of the overhead line is
called the wind loading.
The wind span is the sum of half the wind loading on each of the two adjacent spans i.e. the horizontal distance
between the points at mid-span on each side of a support.
Minimum 39%
Atmosphere Medium pollution atmosphere.
Average Annual Rainfall 850 to 1,200mm
Extreme Wind Speed 28m/s
Hail Occasional
Sand Storm Occasional
14.4 TEMPLATING
The contractor shall optimise each line in terms of span lengths and structure heights.
The templating of the line on the provided route and acquired ground profile (as described in the Specification
for Construction Activities) will be done prior to any ordering of material or construction commences. The
line templating is part of the design work and shall be provided together with all other design drawings for
approval to the Engineer.
Standard Engineering design procedures shall be used to determine the sag and tension profile for the specific
transmission line. The following is applicable to the conductors under the conditions stated.
Sag shall be calculated under the following conditions:
Table 2 : Sag reference temperature
The maximum tension in the conductor shall not exceed 40% of the breaking tension at the minimum
temperature as defined in the environmental conditions and maximum wind load, and simultaneously shall
not exceed 20% of breaking load at average daily temperature of 15°C without wind except for sections with
extra-long spans where compliance with the specified maximum working tensions under the assumed
maximum loading conditions may necessitate a lower figure for the 15°C still air tensions.
All specified safety clearances to ground and other structures should strictly be adhered to.
When a conductor breaks, the adjacent suspension insulators will swing away from the broken conductor
span. The insulator string becomes part of the catenary of the span adjacent to the broken span and results in
that span’s sag increasing. The sag should adhere to all the required safety clearances.
Every structure supporting a crossing span shall be designed in such a manner that it will be able to withstand
the loads that may be imposed upon it should a breakage of any phase conductor or earth conductor occurs.
As far as is reasonably practicable, every structure supporting a crossing span shall be located so that it will
not touch the crossed service if it falls over but also shall be located as close to the point of crossing as is
reasonably practicable.
All features mentioned shall be accurately shown over a strip 30m wide centred on the centre line,
and generally outside this strip up to such as a power line or any other high object or structure.
The angle of crossing, with the width of the feature to be crossed, shall be shown in the case of
railways, power lines, roads and telephone circuits.
The strip plan shall be continuous even where the route traverses long featureless sections.
Vegetation types shall be identified as far as possible by referring to the density of vegetation, i.e.
scattered, light, medium, dense bush, or cultivated land.
Any areas of soft sand, marsh, or flooded ground shall be shown as these may be unsuitable for
placing structures.
Angles of deviation shall be shown, and each angle point shall be the start of a new section for
representation and section chainage purposes.
Positions of structures indicating their type and coordinates.
Stringing chart at various ambient and stringing temperatures for ease of use on site indicating
initial sagging information per span.
Conductor installation chart indicating proposed positions of conductor mid span joints.
On the strip plan the centre line of the overhead line shall be represented by a thick line at the bottom of the
profile sheet running continuously between consecutive angle points or terminal points.
The profile shall be drawn above the plan and is to correlate to the features on the strip plan. An arbitrary
datum may be used. Information on the profile shall include:
The ground profile shall show the elevation above the chosen datum and shall include two
horizontal lines associated with the datum, the first uppermost giving the section chainage
increasing along the route of the line between bend points. The second and lower line shall contain
the total chainage between the start and finish of the line.
Elevations shall be recorded above the chainage.
The minimum required safety clearances over all obstacles.
The expected initial sagging at both the minimum and maximum temperatures.
The expected final sagging at minimum and maximum operating temperatures.
Where the treasury ground slope exceeds 1 in 10, levels are to be shown on the profile at 10 metres
from the centre line, as dotted lines either side of the centre line, indicated left and right on the
elevation in the forward direction of the profile.
Where existing services (roads, telephone lines, railways, power lines etc.) are crossed a cross-section
drawing of the proposed crossing shall be provided on the strip plan at the relevant crossing.
14.7.2 DIMENSIONS
The overall lengths of the poles shall be determined by the contractor from the profile drawings. The actual
pole length shall not differ from the stated overall length by more than 50mm.
The base and tip diameters of the actual structure shall not differ from the designed diameter by:
5mm for diameters up to 350mm
1,5% for diameters over 350mm
Diameters at slip joints shall not differ such that the minimum required slip length is not obtained.
14.7.3 JOINTS
Flanged and slip joints should be aligned such that there is minimum pole deflection around the joint
Section VII. Employer’s Requirements – Lot 2 Part 2-163
14.7.6 WELDS
Coded welding personnel shall perform all welding. Finished welds shall be smooth with no sharp edges.
Welds shall be of a strength that does not change the designed proof load, ultimate load or crippling load.
The ends of longitudinal welds shall be strengthened at slip joints on female sections to prevent splitting.
Butt welds shall have 100% penetration.
Seam welds shall have a minimum penetration of 60% except in slip joints where 100% penetration is
required. The inside weld at the slip joint shall be ground back to ensure no obstruction when obtaining the
desired slip lengths.
All shaft circumferential welds and their associated sections of longitudinal welds and all longitudinal welds
for the female parts of a slip joint shall be full-penetration welds to achieve full base material strength.
The shaft shall be centrally welded onto the base plate. All shaft structural welds shall be performed with
submerged arc technology.
Cross-arm tubular sections shall be centrally welded onto the connecting flanges.
All fitting-related welding shall be performed with inert gas technology.
14.7.7 OPENINGS
If specified, openings (e.g. bolt-holes, slots etc) shall be made in the poles during the manufacture of the
poles. These openings may be required for the attachment of cross-arms and other equipment. All openings
shall be made before galvanizing or treating.
Bolt hole tolerances are as follows:
6mm for foundation bolts.
Pickling with acid solution which removes oxides and mill scale
Rinsing with clean water
Fluxing. The steel is dipped in the flux. The purpose of the flux is to clean the steel of all oxidation
developed since the pickling of the steel and to create a protective coating
Hot air drying
Zink bath
Quench and passivate is typically water with synthetic resins to provide additional protection..
There is no galvanizing plant in Zambia to do corrective actions. Any items that require modifications after
the initial galvanizing will not be accepted.
14.7.9 DRAWINGS
The structure layout drawings are a guideline of what is required with regard to layout, attachment heights,
stay levels, wind and weight spans etc. The manufacturer shall ensure that designs and manufacturing are
suited to the structure required.
A set of manufacturing drawings is required for checking and approval purposes before manufacturing
commences.
A complete and correct set of as-built drawings are required for record on completion of the job.
14.7.10 TESTS
All tests are to be in accordance with IEC 60652: Loading tests for overhead line structures. One structure
for each structure type will be type tested, the length chosen for the structure will be the length with the largest
loads in the structure.
14.7.11 FINISH
The finished product shall have a smooth external surface free from steel splinters and welding splatter. All
surfaces shall be clean and shall present a neat appearance. All corners shall be rounded with no sharp edges.
b) Packaging
All structures shall be suitably stacked to avoid damage during transport. Dunnage shall be used
between steel members to avoid these touching and damaging each other. No buckled, bent or twisted
structures and associated bracketry will be accepted on site. The manufacturer shall deliver to site, with the
structures, adequate quantities of Zinc-fix squish packs to patch small areas of damaged galvanizing due to
transport. Large areas of damaged galvanizing will not be accepted.
Attach a coffin hoist to each set of slings on opposite sides of the pole, ensuring that the coffin hoists are
primarily attached in-line, middle section to bottom section.
Measure the length of the pole and see how far the two sections must be pulled together to give the correct
length of the pole as indicated on engineers drawing.
Mark required slip distance of top pole with insulation tape.
With the coffin hoists, tension both sides equally until the two sections have slid together up to insulation
tape mark.
Manually manoeuvre the top section to assist with the sliding together of the sections.
Remove insulation tape after correct slip level has been achieved.
Follow the same procedure as above when joining the middle and top sections of the pole.
No structure shall be erected prior to a final inspection on the pole excavations and approval thereof by the
site supervisor.
Mono-pole structure erection will be subjected to the following criteria:
Part 2-168 Section VII. Employer’s Requirements – Lot 2
All structures shall be erected vertically within 2mm in 1.0m in both transversal and longitudinal
directions. For the correct structure orientations in relation to the line direction refer to detail
drawings;
During the structure erection, the tension in all stays shall be 10% (±2%) of the minimum breaking
strength of the stay wire, after all rigging equipment has been removed.
All structures shall be properly cleaned prior to the erection thereof. Sand, mud and other dirt must
be thoroughly cleaned with nylon brushes.
Structures should only be lifted into place at the identified lifting points as detailed by the design
and the manufacturer of the structures.
14.7.20 EARTHING
The following standards are applicable:
IEC 60071 Insulation co-ordination — Part 1 to 3
IEC 60815 Guide for the selection of insulators in respect of pollution conditions.
The total earthing resistance of the line shall be less than 3.5Ω with 60% of the poles having earth resistances
smaller than 20Ω. The earthing resistance of the poles for the first kilometre from substation shall be less
than 10Ω.
The shield wire shall be earthed to the substation earth.
The underground earthing for the towers shall only be finalised once the footing resistance tests have been
carried out. The required earthing electrode shall be determined from the footing resistance tests.
The terminal structures will be bonded to the substation’s main earth grid.
At all electrified railway crossing & metal pipelines, the line’s earth conductor will be isolated from the
structure for ±800m on both sides of the crossing.
The earthing of each structure must be done as indicated on drawing AUR-OHL-EAR-MP-001 as follows:
Each structure shall have its own earth.
The earth shall be concealed, i.e. earth connection to the pole is beneath ground level and no part
of the earthing system may be visible from ground.
All terminal structures of the OHL shall be bonded to the respective earth mats of the substations
using a 30x3mm Cu bonding strap.
Earth rods shall be 1,5m copper plated steel.
Stranding of bare copper conductor shall be 7/1.67mm for 16mm² or 19/1.34mm for 25mm².
The contractor shall measure the resistance of every pole installation and submit the test certificates
containing the test results to the Engineer. A copy of the calibration certificate for the measuring
instrument must accompany the test certificate and should not be older than 6 months.
All joints and connections will be done by means of exothermic welding and covered with
bituminous tape.
Precautions shall be taken to prevent electrochemical reaction between dissimilar metals.
The trenches shall be backfilled completely and immediately after the installation of the earth
rods/straps.
Should the earthing of the structures not be as is required, additional earthing can be installed in the form of
a counterpoise as follows
Section VII. Employer’s Requirements – Lot 2 Part 2-169
A combination of horizontal radial and vertical earth electrodes shall be used and connected to the
structures.
The design made provision for 6m crow’s foot for 70% of the structures.
Crow’s foot earthing electrodes shall be as per AUR-OHL-EAR-MP-001.
The counterpoise can be further enhanced if required as follows:
The first 150mm thick backfill layer in the earth trenches to consist of 1 part of agricultural gypsum
properly mixed with 3 parts of clean imported topsoil.
The backfilling to be slightly watered and thoroughly compacted in layers not exceeding 150mm
in thickness.
The final backfill layers to consist of clean excavated material from the earth trenches. The
backfilled material to be slightly watered and thoroughly compacted in layers not exceeding
250mm in thickness.
For earth trenches in rocky-terrain where the required earth trench depths can’t be reached:
The backfilling of earth strap trenches in rocky areas where no proper trenching can be done, a
conductive mixture of carbonaceous aggregate (e.g. graphite, bentonite or any other approved
conductive mixture shall be used.
A 3:1 sand/conductive cement mixture shall be used.
After the complete installation of a standard structure earthing system at all structures, the footing resistances
shall be measured by the Contractor and in situations where the measured structure footing resistance doesn’t
comply with the required 20Ω requirement, additional earthing systems shall be installed until the required
footing resistance are met or otherwise instructed by the Engineer.
After the complete installation of the additional earthing systems the relevant structure footing resistances
shall be re-measured by the Contractor in the presence of the Engineer and results shall be recorded at each
measuring attempt. Structure footing resistance records shall be submitted to the Engineer for evaluation and
acceptance.
14.9.1 Stranding
The stranding of each layer of the conductor shall be as close and even as possible. The outermost layer shall
be right-handed. The wire shall be so stranded that the conductor is essentially free from the tendency to
untwist or spring apart when cut. Steel cores shall be stranded on tubular or planetary stranders.
The completed conductor shall be uniformly cylindrical and shall be capable of withstanding normal handling
during manufacturing, transportation, and installation without being deformed from its cylindrical form in
such a way as to increase corona losses and radio interference
14.9.2 Grease
If specified, the core and the inner layers of aluminium shall be greased with an approved grease complying
with IEC 61394. Grease shall be uniformly applied in accordance with Case 4 of Annex C of IEC 61089.
Only one type of grease shall be used on the steel core and all the aluminium layers on all conductors in an
order. All aspects of manufacture and delivery of greased conductors shall be completed in such a manner
that grease is not displaced toward the outer surface of the conductors.
14.9.5 Tests
The supplier shall carry out sample production tests, and the results shall be made available within 14 days
of completion.
A complete set of conductor type tests certificates, in accordance with IEC 61089, must be submitted for at
least one conductor per design (e.g. 6/1), at tender stage. This set of type tests will qualify the design range
at tender stage.
The tenderer will give a good estimate of the creep each conductor can expect over a 20-year lifespan. The
estimate must be given with full details of the calculation thereof.
14.11.2 Galvanizing
Galvanizing will be done to specification ISO 1461 2009: Hot dip galvanized coatings on fabricated iron and
steel articles — Specifications and test methods.
Except where specified to the contrary, all iron and steel used in the construction of the contract works shall
be galvanized in accordance with IEC standards after all sawing, shearing, drilling, punching, filling, bending
and machining are completed.
Galvanising shall be applied by the hot process (except the electro-galvanising shall be permissible for steel
wires), and for all parts other than steel wires shall consist of a suitable thickness of zinc coating as indicated
in Table 3 of ISO 1461. The zinc shall be smooth, clean, of uniform thickness and free from defects.
Tests shall be carried out as specified in the specifications.
The dampers for phase conductors shall be free from visible corona at the test voltage. This means that corona
should not be seen by either a camera or naked eye (in a dark room) during test.
Spiral vibration dampers will be used on the steel conductors. Make and type of spiral vibration dampers to
be specified in the detailed technical specifications and approved by the engineer for use before installation.
The foundations shall in addition be designed for the most critical cases that would result from the occurrence
of the maximum permissible tolerance situations as listed above.
After completion of the pad and chimney foundation, the foundation shall be left to cure for at least 14 days
before being subjected to and loads.
Flanged poles shall be lifted in place and bolted down on the bottom flange to the recommended torque in
accordance to SANS 10162.
14.15.2 Route
The contractor will be provided with a set of plans showing the routes of the transmission lines and any setting
out details which may be available. The contractor must gather information about conditions on site during
the tendering phase and price accordingly. The contractor will responsible to gather all information regarding
the ground profile along the route by either with the use of aerial surveying or ground surveying and
observations. The ground profile should be accurate enough to enable the contractor to design the line as
required by this specification.
The contractor will, subject to approval with the employer and an appointed surveyor, peg out all turn
positions for the contractor. The contractor will be responsible to verify and re-peg the turn points if required.
The terminal points at ends of each line will be indicated by the employer.
Section VII. Employer’s Requirements – Lot 2 Part 2-179
The pruning of all trees branches, along the routes of all lines, in such a way that no branch will
project through a vertical plane parallel to and 3m from the nearest conductor, on the understanding
that such branches of which the highest points are below 4m above ground level need not be pruned
unless it is within 3m from any pole.
14.15.4 Environmental
The contractor will be responsible to comply with all the local occupational health, safety and environmental
laws and legislations.
This includes all required documentation and must be financially catered for, with sufficient time and
planning allocated to environmental compliance measures.
b) Foundations
Sample holes to be made and soil nomination and foundation designs to be done by the contractor’s certified
civil engineer. The contractor in conjunction with the engineer will approve the foundation type to be used
for each structure. The approval by the engineer of foundation installations shall not relieve the contractor
of this responsibility. Each foundation shall have a completed foundation record signed by the contractor’s
civil engineer, indicating that the soil was nominated and that responsibility is taken for the foundation
construction.
Limited soil analysis will be performed during pegging of structures. The results of which will be made
available to the contractor.
It shall be the responsibility of the contractor to ensure that a foundation record is filled out for each
foundation installed.
c) Excavation
The contractor shall make sure that no existing services are damaged during excavation.
At each structure position the contractor shall excavate, install the appropriate foundation and backfill the
excavation as required.
The contractor shall be responsible for ensuring that the subsoil at each foundation location is suitable to
withstand the design loading which will be imposed upon it by the foundation and shall be responsible for
any subsidence or failure of foundations due to insufficient care having been taken in the examination of the
soil or in the installation of the foundations.
Excavations shall be made to the full dimensions required and shall be finished to the prescribed lines and
levels. The bottom or sides of excavations upon or against which concrete is to be placed shall be undisturbed.
If, at any point in excavation, the natural material is disturbed or loosened it shall be filled with 10MPa
concrete. All excess excavation and over-excavation performed by the contractor for any purpose or reason
shall be at the expense of the contractor.
When the material at foundation depth is found to be partly a soil or material that is compressible, all
compressible material shall be removed for an additional depth of 200mm and filled with 20MPa concrete.
The excavations shall be protected to maintain a clean subgrade until the foundation is placed. Any sand,
mud, silt or other objectionable material which may accumulate in the excavation shall be removed at the
contractor's expense prior to concrete placement.
Where holes, deeper than 1.5m, are dug by hand special care shall be taken to ensure that there is shoring
available for the hole to prevent the hole collapsing. When no construction is taking place, or it is unavoidable
to leave the excavations open overnight, the affected holes must be effectively barricaded to ensure public
and animal safety. This is typically done by means of 1.5m steel or wooden droppers installed 2m apart and
1m from the edge of the excavation together with bright orange HDPE safety netting 1.2m high. Where there
is high traffic volume and pedestrians, small strobe light must be installed as part of the barricading.
d) Approval of excavations
It shall be the responsibility of the contractor to notify the engineer upon completion of the excavation for
foundations. No shuttering, reinforcing steel or concrete shall be placed until the excavation has been
inspected and approved by the engineer.
Section VII. Employer’s Requirements – Lot 2 Part 2-181
e) Backfilling
After completion of foundation installation, the contractor shall backfill each excavation with suitable
material.
The material to be utilised for compacted backfill shall be deposited in horizontal layers having a thickness
of not more than 300mm before being compacted. In backfilling, the pad of the foundation shall be covered
first with a 200mm layer of well graded material containing no pieces larger than 20mm, before any coarse
material is deposited.
The material to be compacted shall contain no stones more than 150mm in diameter, and be free from organic
material such as trees, brush, scraps, etc.
The distribution of materials shall be such that the compacted material will be homogeneous to secure the
best practicable degree of compaction, impermeability and stability.
Prior to and during compaction operations, the backfill materials shall have the optimum moisture content
required for compaction, and the moisture content shall be uniform throughout the layers.
The material shall be compacted by mechanical compaction machines to a minimum of 90% of the density
of the undisturbed material. If required by the engineer, the contractor will test compaction to proof 90% has
been achieved.
The surface of the backfill around the foundation shall be carried to an elevation such that water will not
accumulate.
Material removed from the excavation, which is not suitable for, or is not required for backfill shall be spread
evenly over or adjacent to the site.
Where the excavated material is not suitable for backfill, the contractor shall stabilise the backfill material
with one part cement per ten parts of soil or as an alternative import select backfill material to the site,
provided the cost of select backfill does not exceed the cost of cement-stabilising the excavated material.
Where excavated material primarily consists of broken rock, shale, the contractor shall import select backfill
material.
f) Concrete works
All cement will conform to the EN 413-1 specification and all the sub-clauses contained therein.
It is preferred that any mass pour concrete (large single volumes) be from a commercial ready-mix supplier
against the specifications requested as it can be poured in one go and will provide consistency throughout the
volume as part of a foundation cannot be rejected, it has to be the entire foundation.
Smaller batches for small foundations can be mixed on site on condition that the design of the mix of each
specific volume be made available for scrutiny and records are kept and signed off regarding material
proportions used, the intended foundation it is for and that cubes are prepared for that batch.
Under no circumstances will any concrete be mixed by hand.
The concrete shall be mechanically vibrated once poured to ensure there will be no honeycombs in the
concrete and that proper compaction of the concrete is attained. Over-vibration of concrete will cause
segregation of the concrete and weaken it.
Concrete shall not be poured directly into a hole deeper than 1.5m without a chute to prevent segregation of
the concrete.
The concrete that has started to set without being finally placed must be discarded. Adding water to make it
workable will not be allowed.
All concrete shall be thoroughly mixed by machine with only sufficient water to ensure a workable
mix. Consistency tests shall be made when required by the Project Manager. The slump test shall be done
for each new batch of concrete in the presence of the engineer. The slump in a truncated cone 300 mm high
Part 2-182 Section VII. Employer’s Requirements – Lot 2
and of standard dimensions shall be between 25 and 50 mm, corresponding to a stiff plastic consistency. This
must be done for each new batch delivered to site and the results written down.
The sand used shall be evenly graded concrete sand free from all debris and growth. The maximum size
stone to be used for all concrete works shall be 26.5mm. The maximum water to cement ratio shall be less
than 0.7.
Concrete shall not be poured directly into a hole deeper than 1.5m without a chute to prevent segregation of
the concrete. The concrete shall be mechanically vibrated once poured to ensure there will be no honeycombs
in the concrete and that proper compaction of the concrete is attained. Over-vibration of concrete will cause
segregation of the concrete and weaken it. The concrete shall not stand for periods of time and then have
water added to it to make it workable as it weakens the concrete.
If the outside air temperature is less than 5°C, concrete shall not be mixed or poured as the cold will cause
the water to freeze.
g) Aggregates
All aggregates shall be new, clean and free of weeds and roots. The aggregate grading shall be suitable for
concrete and within the aggregate curve of the mix design.
Table 4 Specification for fine aggregates for concrete
Class
Property Fine aggregate from natural Fine aggregate from
disintegration mechanical crushing
Class
Property Fine aggregate from natural Fine aggregate from
disintegration mechanical crushing
applicable if the fine aggregate
complies with the requirement
for soluble deleterious
impurities.
Free from sugar unless the fine
aggregate complies with the
Presence of sugar -
requirement for soluble
deleterious impurities.
The strength of specimens
made with the fine aggregate
shall be at least 85 % of that of
the specimens made with the
same fine aggregate after it has
Soluble deleterious impurities been washed, except that this -
requirement shall not be
applicable if the fine aggregate
complies with the requirements
both for organic impurities and
for the presence of sugar.
Requirement
Property
Nominal size of aggregate (mm)
Grading1), mass
percentage of
material that passes 75.0 53.0 37.5 26.5 19.0 13.2 9.5 6.7
sieves2) of nominal
aperture size, mm
75.0 100 100 100
53.0 0-50 85- 98-100
50.0 0-43 100 85-100 100
37.5 0-25 70- 15-55 90-100
28.0 0-7 85 0-50 85-100
26.5 0-5 0-50 0-28 15-55 100
20.0 0-28 0-25 0-50 90-100
19.0 0-25 0-7 0-28 85-100 100
14.0 0-7 0-5 0-25 15-55 90-100
13.2 0-5 0-7 0-30 85-100 100
10.0 0-5 0-28 15-55 90-
9.5 0-25 0-55 100 100
7.1 0-9 0-30 85- 90-100
Part 2-184 Section VII. Employer’s Requirements – Lot 2
Requirement
Property
Nominal size of aggregate (mm)
6.7 0-5 0-25 100 85-100
5.0 0-7 25- 25-58
4.75 0-5 58 0-55
2.36 0-55 0-28
2.0 0-28 0-25
1.18 0-25 0-5
1.0 0-5 0-4
0-4
Dust content for
material passing
through a 75 µm 2
sieve mass
percentage
Aggregate crushing
value (ACV)3), of
less than 13,2 mm
and more than 9,5 29
mm fraction (dry),
mass percentage,
max.
10 % FACT value, of
less than 13,2 mm
Coarse aggregate for use in concrete subject to surface abrasion,
and more than 9,5
structural elements of reinforced or prestressed concrete (or both): 110
mm fraction (dry),
kN, min.
Flakiness index, max.
35 Flakiness index, max. 35
Put in each mould +- 50mm well mixed concrete, compact with a tampering rod and ensure the
layer is uniform. Do not over compact as it might cause laitance and segregation.
Repeat for layers 2 and 3 taking care that the already compacted layer beneath is not disturbed.
After the third layer take a steel trowel and smoothen the exposed surface.
Cover all the specimens with an impervious sheet, followed by wet matting, sacks, or similar
material, and then store them in a place that is free from vibration, excessive draughts, direct
sunlight and low temperatures for 20 h to 24 h.
Demould the specimens and immerse them in portable water that is preferably maintained at 22 °C
to 25 °C, until they are transferred to the test facility.
During curing the cubes must be well protected against damage and/or vibration.
i) Water
Water should be clean, free from chlorides, sulphates, other salts and organic matter. Potable water will
generally be suitable.
j) Reinforcing
Where reinforcing is required in the design, it shall be free of loose rust, grease and dirt. The reinforcing
shall be fixed with wire ties that are tightly bound to prevent any movement during the pouring of concrete.
Foundation bolts are to be the hooked kind and must be fastened properly before the concrete is poured.
k) Curing
Where concrete is exposed to the air, curing is required. The concrete shall be covered with a 50mm layer of
river sand and this shall be kept constantly moist for a period of seven days, or a plastic membrane shall be
placed over the exposed concrete and sealed. Curing compounds may also be used for curing permitted that
it is non-corrosive. These shall be approved by the engineer.
approved by the supplier to ensure the correct installation of the tension clamps. Proof thereof shall be
available on site at all times. The hydraulic tool, dies and fittings shall be designed for a minimum output
force of 890kN. All press equipment to be approved before use.
The conductor in use determines the specific size of the press and full tension clamp to be used. Compressions
to be made for the full area provided on both the aluminium and galvanised steel parts.
The size of the armour rods to be used at all suspension insulator assemblies shall be suitable for the conductor
used.
14.15.8.6 Jumpers
Jumpers, although not a specific item, are included in the contract.
The jumper conductor will be the same size as the phase conductor used on the line.
Tensions, while pulling, must be sufficient to clear all obstacles safely without damage to the conductor. At
no circumstances, shall the pulling tension exceed the tension shown on the sag charts. Pulling of more than
one drum length of conductor shall be subject to the engineer's approval.
Adequate protection shall be provided where there may be danger of a conductor being crossed over by
vehicles, or damaged by other equipment and objects. Conductors shall not be left in contact with the ground,
vegetable matter or any conducting or semi-conducting material. Wood lagging, or similar material shall be
used to protect the conductor when working at ground level.
The placement of tensioning and pulling equipment shall be such that the vertical angle of pull on a cross arm
or standoff insulator during stringing operations shall not be more than 20°. Conductors shall not be pulled
around angles which exceed 20°. With tandem-mounted blocks, the pulling angle shall not exceed 40°.
The sheaves shall conform to the conductor manufacturer's recommendation as to the diameter, and to the
size and shape of the groove for the size of conductor used. Sheaves shall have a minimum diameter of fifteen
times the conductor diameter at the base of the groove. Block surfaces which will be in contact with the
conductor, shall be coated with neoprene or rubber. This covering shall be kept clean and free of materials
which might damage the conductor surface.
The conductors, joints and clamps shall be erected using approved tools and shall be erected in such a manner
that no bird caging, over-tensioning of individual wires or layers, or other deformation or damage to the
conductor shall occur. Auxiliary erection clamps or haling devices shall be of approved design and shall,
under erection conditions, allow no relative movement of strands or layers of the conductors. Cutting of
layers of conductors shall be carried out with tools designed not to damage underlying strands.
Cropping or shearing of complete conductors shall not be permitted.
Unless otherwise approved, conductors shall be run under partial tension and erected by means of snatch
blocks and running blocks of approved materials and dimensions, at every intermediate structure and by other
approved means to reduce to a minimum contact between the conductor and the ground or other obstruction
during erection.
Under no circumstances shall any conductor be dragged along the ground.
The contractor shall also make any necessary special arrangements for running out and sagging the conductors
where the route crosses buildings, gardens or other grounds over which erection cannot be carried out in the
normal manner.
The contractor shall also make such special arrangements as the engineer may approve where power lines are
to be crossed.
No additional payments will be made for the erection of the line conductors over roads, railways and
communication circuits, or over or under existing power lines which have been dead for the time being.
The contractor shall include in his price for stringing, the pruning and cutting branches.
14.17 LABELS
Regarding Figure 23 the numbering of the structures will typically be as follows:
Section VII. Employer’s Requirements – Lot 2 Part 2-189
33 36 170 70 25
Part 2-192 Section VII. Employer’s Requirements – Lot 2
15.2.2 Clearances
The clearances specified in Table 8 shall be used in the design of the substation layout.
Table 8 Electrical Clearances
Minimum Electrical
Voltages Minimum Working Clearance in mm
Clearance in mm
To the nearest part, not
To Nearest
System Nominal System Highest Phase-to- Phase-to- at earth potential, of an
Unscreened live
Voltage Voltage Earth Phase insulator supporting a
conductor in air
( kV) ( kV) (mm) (mm) live conductor
(mm)
(mm)
33 36 320 320 2,750 2,450
15.2.6 Clamps
Moulded aluminium clamps suitable rated will be used to make the connections to and from busbars and
equipment. Bolted clamps are preferred to crimped clamps for maintenance purposes.
The clamp assemblies shall be installed and torqued in accordance with the manufacturer’s specifications.
Section VII. Employer’s Requirements – Lot 2 Part 2-193
All conductors shall be cleaned to a shiny finish with a steel brush at the point where the conductor clamps
are to be applied.
An anti-oxidation compound shall be applied on all conductor and earthing connections, before clamps are
installed. This must be included for in the unit rates.
Clamps sizes shall be correctly specified for all connections. No modification to clamps, conductors or filling
of gaps will be allowed. It is the contractor’s responsibility to ensure that clamps fit correctly on existing
equipment.
All shaft movements shall be facilitated by means of roller or ball bearings. The centre insulator shall rotate
with the contact arm. Contacts shall be silver plated and spring loaded. Contacts shall be designed in such a
way that current will not pass through any springs used in the contact.
Insulators used for isolators, shall be tested in accordance with IEC 60383.
Mechanical and electrical interlock systems will be incorporated. Earthing switches shall not close when
isolators are still closed or line voltage transformers are still alive.
All isolating operating handles shall be equipped with suitable flexible earths connected to the steel support
structure (and to the main earth grid).
A white board shall be mounted against the wall of the substation. The size of the white board will
be 1,200mm x 1,000mm.
For DC distribution refer to the “LTDRP Protection Detail Design Specification– 111233-40-SPE-
EE-0005”.
placed above it, all at his own expense. Unless otherwise specified, embankments and fills shall be compacted
to a minimum relative dry density of 91% Mod AASHTO.
Embankments shall be constructed as far as is reasonable in layers parallel to the formation and to the full
width corresponding to the height at which the work is being carried out from time to time. In no circum-
stances may a narrow portion of the embankment be constructed first and material "side-tipped" to make up
the specified width.
Density tests must be taken on every layer at a frequency of one for every 1000 m² of area. The specified
density is a minimum, so the Contractor must aim to achieve a higher density than the minimum specified.
The substation platform is existing. All new work should be done taking into consideration any above or sub-
soil services.
The yard must be cleaned from any vegetation after completion.
Any excavations on the existing platform must be re-compacted in layers not exceeding 150mm to the original
density value which is typically 95% MODAASHTO.
If fill material is required, it must be G5 to G7 material with a neutral Ph. value and a low electrical resistivity
≤100Ωm. The use of dump rock from mining activities will not be accepted.
15.5.3 Buildings
15.5.3.1 Main substation building
Protection panels are existing at both Coventry and Kafue. No alterations to the building required.
Zink bath
Quench and passivate is typically water with synthetic resins to provide additional protection..
There is no galvanizing plant in Zambia to do corrective actions. Any items that require modifications after
the initial galvanizing will not be accepted.
Sacrificial anodes will be a 60kg piece of railway track installed and connected to the main earthmat using
“Silbraloy” brazing.
Table 12 Earthmat Design Parameters
Description Detail
Design Parameters
Design Standard IEEE 80 -2000
Yard stone layer resistivity (100mm) 3,000 ohm.m
Body Weight 50kg
Max. fault clear time 0.5s
Max. System Voltage 132kV
Earth Fault Current 50% of Maximum Earth Fault
Depth of earth grid 1 meter below terrace ground level
Earth material – Equipment Bare Annealed Cu
Earthing material size:
Earthing Grid 10mm round Cu
Connections 50x3mm Cu strap
Wenner method.
Soil resistivity measurements 5 Readings at electrode spacing of 1, 2, 4, 8 and 16
meter
Soil Model Typical 2 layer
Safety Parameters
Earth Grid Resistance < 1 ohm
Touch Potential limit 703V
Step Potential Limit 2,349V
Ground Potential Rise Limit 5,000V
Concrete bases shall be finished smoothly above the platform compacted level and shall protrude 150mm
above the finished ground level. This will allow the foundations to protrude ± 50mm above the 100mm yard
stone cover.
Earth connections on all foundations shall be made to a dedicated position on the structure. The foundation
anchor bolts may not be used as a connection point.
All new foundations will be provided with a 45º chamfer.
Label material
17.1 SPECIFICATIONS
Power cables with extruded insulation and their accessories for rated voltages
from 1 kV (Um = 1,2kV) up to 30kV (Um = 36kV) –
IEC 60502-2
Part 2: Cables for rated voltages from 6kV (Um = 7,2kV) up to
30kV (Um = 36kV)
Optical fibres — Polarization mode dispersion measurement techniques for single-mode optical
IEC 61941
fibres
IEC 61282-3 Fibre-optic communication system design guides. Calculation of polarization mode dispersion
1. Conductor - Copper.
2. Conductor screen – Extruded semi-conductive layer.
3. Insulation – XLPE.
4. Core screen - Extruded free strippable semi-conductive layer.
5. Semi-conductive numbered tape - 1, 2 and 3 Printed on alternative cores.
6. Metallic screen - Copper tape.
7. Filler material – Pre-formed plastic.
8. Binder tape.
9. Inner sheath.
10. Armouring – Galvanized steel wire for three-core cables and Aluminium wire for single core cables.
For radial water blocking install water swellable tapes below and above armouring.
11. Outer sheath – Polyethylene.
17.2 EXCAVATIONS
Existing services will be pointed out to the contractor as far and as accurate as possible with the information
that is available, however the responsibility will remain with the contractor to find and safely expose all
existing services by hand. The contractor must survey the proposed route to determine the optimal placement
of the cable with regards to obstacles, road crossings and existing services, as follows:
Cross cuts must be done at 50m intervals by hand to determine the position and depth of all existing
services to plan the trench route before excavation commences.
The contractor must also make use of a non-invasive cable detection system first to survey the route
and determine the least congested area. Survey implies as many runs in as many directions as is
required to cover the whole pavement.
Due to the amount of existing services the unit rates must make provision for the most efficient way
of exposing these services without damages. The use of compressed air excavation tools like an
“Air Knife” or similar must be provided for in the unit rates for excavations.
Tarred road surfaces are not to be damaged. All road crossings must be drilled.
Classification of soil will be done as follows:
Hard/dense soil
Generally any soil which requires the close application of picks, jumpers or scarifiers to loosen; for
example stiff clay, gravel and cobble stone.
Note: Cobble stone is rock fragments usually rounded or semi-rounded having maximum diameter
in any direction between 80mm and 300mm.
Note: The mere fact that the contractor resorts to blasting to loosen the material shall not mean that
it will be classified as hard rock.
This shall include all rock occurring in large masses which cannot be removed except by blasting.
Hard varieties of rock such as granite with or without veins and secondary minerals which in the
opinion of the engineer requires blasting shall be considered as hard rock. Boulders of hard rock
larger than one metre in any one direction lying in the overburden and requiring blasting for easy
and efficient removal shall also be classified as hard rock. All blasting shall be of the non-explosive,
chemical expanding type.
Claims for excavations will be processed according to the trench dimensions provided. Over excavation will
not be considered.
Generally, the centre line of trenches will be 1m from the stand boundary. Obstructions encountered should
be brought under the attention of the engineer.
A minimum distance of 300mm shall be maintained between the cable and other services.
No trees shall be cut during the execution of the contract unless specifically arranged with the engineer.
Should any trees have to be removed, the contractor shall arrange for the complete uprooting and trimming
of tree trunks, as well as the stacking of all trunks and branches. Holes caused by the uprooting shall be filled
and consolidated. Rubble shall be removed to leave the site neat and tidy. The contractor shall be held
responsible for any damage that may occur during the felling of trees.
The trench shall be cleaned of all stones and sharp objects to a neat square finish.
Provision shall be made at road crossing to keep the roads open during the cable installation period by
installing heavy-duty steel plates across the open trenches. The contractor shall include this in the tender
price.
All railway lines plus all tarred roads are to be crossed with sleeves by boring (drilling) underneath to a depth
of at least 1.5m into which the cable is to be laid. Sleeves are to be strong enough not to buckle under the
load of the ground above, and correctly sized for the cable. In addition to these sleeves at crossings, cable
manholes will be constructed on either side of each crossing. This will be done by means of brick and mortar
and at the same depth as the accompanying cable trench. The design of the manhole must make provision to
keep out any ground water but the use of a subsoil drain can be considered. The top of the manhole must be
a minimum of 300mm above NGL. All power cables, spare sleeves, as well as the fibre-optic cable on the
same route, will enter the manhole. All subsoil entries into the manhole will be sealed watertight. The
manholes must be positioned to act as a transition point where a change in direction can be done. Lockable
watertight lids must also be provided, the size of which must be able to cater for both power and fibre optic
during installation.
Where the cable is installed along a tarred road and crosses a dirt road that might become a tarred road sleeves
must be installed for each cable plus one spare. The unit rate for sleeves will make provision for joint
couplings as well as end-caps where require.
It is preferred that trenches not be left open overnight. If it is unavoidable, however, the contractor must, as
a minimum, install orange trench barrier netting. The netting must be a bright orange colour, a minimum of
1.2m high and supported every 2m by a wooden or iron pole of 1.5m to prevent injury to passers-by. In areas
where the open excavation is not very well lit, the contractor may, in addition to the netting, make use of red
strobe lights positioned in intervals of 5m. The contractor remains responsible for safety in and around the
open excavation until it is backfilled.
200mm x 6m Sleeves must be installed for each individual MV cable at each of the substations where the
cable enters substation underneath the fence and onto the platform.
Only sandy clay or loam soil with a satisfactory thermal resistivity (not exceeding 1.2C m/W) may be used
for this purpose. Sea or river sand, ash, chalk, peat clinkers or clayey soil shall not be used.
Where no suitable soil is available on site, the contractor shall import fill from a commercial source.
The bedding under joints shall be fully consolidated to prevent subsequent settling.
After the cable has been installed, a further blanket layer of bedding material shall be provided to extend to
75mm above the cables. This layer must be levelled and lightly compacted by hand.
17.4 BACKFILLING
Backfilling of trenches shall not commence without inspection.
Backfilling shall be done with soil suitable to ensure settling without voids. No large stones or rocks shall be
present in the backfill material for the first section above the blanket layer as per the design. Thereafter all
soil used for backfilling shall pass through an 80mm mesh to ensure that the maximum allowable diameter
of stones present in the backfill material is 75mm.
The material to be utilised for compacted backfill shall be deposited in horizontal layers having a thickness
of not more than 300mm before being compacted. In backfilling, the bedding on top of the cable shall be
covered first with a 200mm layer of well graded material containing no pieces larger than 20mm, before any
coarse material is deposited.
The distribution of materials shall be such that the compacted material will be homogeneous to secure the
best practicable degree of compaction, impermeability and stability.
Prior to and during compaction operations, the backfill materials shall have the optimum moisture content
required for compaction, and the moisture content shall be uniform throughout the layers.
The material shall be compacted by compaction machines to a minimum of 95% MOD AASHTO.
Compaction certificates will be required.
Surplus material shall be removed from site and suitably disposed of.
On completion, the surface shall be prepared to match the surrounding area. In the case of roadways or paved
areas the excavations shall be consolidated to the original stability and the surface finish reinstated.
5. Connected to
Danger tape shall be installed above both the 11kV cables, only at the depth as indicated, along the entire
trench length. The tape must be 450mm wide and must be a minimum of 200 microns thick. It must be bright
orange or yellow with red skull and crossbones and the words "ELECTRIC CABLE" printed on not more
than 1m intervals.
Concrete slabs (900x300x65mm) will also be installed where any other services are crossed, either 300mm
above or 300mm below so that the new cable is comprehensively protected. In areas where a high risk of
damage exists, the entire trench will be packed with concrete slabs.
Pulling eyes shall be provided on both ends of a cable drum length. The pulling eye shall be securely
connected to both the cable conductor and the sheath to avoid elongation of the sheath during installation.
Cable rollers shall be used to run out cables. Rollers shall be spaced so that the length of cable in the trench
will be totally suspended during the laying operation and sufficiently close to prevent undue sagging and the
cable from touching the ground. Rollers shall also be placed in the trench in such a manner that they will not
readily capsize.
During the installation of the cable, the drum shall be mounted on a suitable sized cable trolley. Under no
circumstances will the drum be laid flat, the cable uncoiled and the coils rolled along the trenches.
Cables shall have heat shrink end caps fitted and will stay on until the joints and terminations are made.
Cable rollers shall have no sharp projecting parts liable to damage the cables.
Where cables must be drawn around corners, well-lubricated skid plates shall be used. The skid plates shall
be securely fixed between rollers and shall constantly be examined during cable laying operations.
Where cables must be drawn through sleeves or ducts, HDPE sleeves must be used. A suitable cable sock
shall be used and care shall be exercised to avoid abrasion, elongation or distortion of any kind.
The maximum allowable tension when pulling a cable is 70N/mm2 of conductor area. The contractor remains
responsible to confirm the limitations of the cable from his supplier. It will be assumed that the price or rates
contained in the tender includes for the installation of cables in pipes and ducts or below existing or newly
installed services. The Engineer shall be informed timeously of the intention to carry out all cable laying
operations to allow an inspection of the works if so required.
The cable shall be installed using a winch and care shall be taken not to exceed the maximum permissible
pulling force specified by the manufacturer.
Where conditions are particularly difficult, the continuous bond pulling method shall be used.
The maximum permissible bending radius of a cable is typically fifteen times the cable diameter. This must
be confirmed in the technical schedules per a specific supplier’s requirements. Any damage resulting from
ignoring this value will be rectified by the contractor at his own expense to the satisfaction of the engineer.
17.7.1 General
The joints and terminations shall be type tested, with the cable in order to prove compatibility as follows:
Section VII. Employer’s Requirements – Lot 2 Part 2-207
The Cu conductors shall be jointed together using an approved conductor jointing process.
Joints and terminations shall be supplied with all necessary material required for making the joints or
terminations in their entirety. The equipment for each joint and termination shall be packed in a separate case
with step by step instructions and drawings included.
All joints and terminations will only be performed by certified tradesmen, the credentials of whom must be
available on site.
Remove water blocking material from within the conductors with care before inserting into lugs and
connectors for crimping.
Where a visual representation of the phase rotation colours are required for MV cables it shall be:
L1 – R(red)
L2 – Y(yellow)
L1 – B(blue)
17.7.2 Terminations
Heat shrinkable termination kits shall be used for terminations.
The conductors of the cable shall be connected directly to the switchgear bus-bars in the cable terminal boxes
with cable lugs. The conductors shall be soldered properly to the cable lugs.
When cutting away insulation from cable conductors to fit into lugs, care shall be taken that no strands are
left exposed. Under no circumstances may any of the conductor strands be cut away to fit into lugs.
Suitable lugs shall be used and preferably be solidly seated to cable conductor ends. Lugs may be crimped
using mechanical, hydraulic or pneumatic tools specifically designed for this purpose. Under no
circumstances may a lug be crimped by means of a hammer and/or punch.
Lugs crimped to Cu shall be subjected to thorough inspection with relation to material and quality of crimping
by the engineer.
Contact surfaces shall be thoroughly cleaned and smoothed and fixing bolts shall match the hole size of the
lug and shall be manufactured of cadmium plated tensile steel.
The complete kit shall be packed in a container that is marked for the type of cable insulation and construction
as well as the voltage range for which the materials are suitable.
An illustrated set of instructions for the installation of the materials shall accompany the kit.
The terminations shall make minimal, if any, use of insulating or stress relieving tapes. The use of electrical
stress control and insulating tubing, heat-shrunk onto the terminations is preferred above the other methods.
The kits shall include suitable boots for the covering of the terminal studs on the equipment. The ends shall
be terminated strictly in accordance with the termination manufacturer's specification and shall withstand the
same test voltage as the rest of the cable.
The heat-shrinkable and other materials used for the terminations shall be of high quality and shall retain their
electrical and mechanical properties without deterioration.
Terminations shall be made of a material that gives lasting protection against ultraviolet radiation.
The cores of all cables terminated shall be completely covered with a shrunk-on protective layer against
surface tracking, ultra-violet radiation and weathering.
Cables shall be terminated in accordance with the recommendations laid down by the manufacturers of the
cables and the terminations employed.
Part 2-208 Section VII. Employer’s Requirements – Lot 2
C. DRAWINGS
DRAWING NUMBERS DESCRIPTION
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0001 33kV HARDWARE
STRAIN ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0002 33kV HARDWARE
INTERMEDIATE ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0003 33kV HARDWARE
JUMPER SUPPORT ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0004 SHIELD WIRE HARDWARE
INTERMEDIATE ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0005 SHIELD WIRE HARDWARE
STRAIN ASSEMBLY DRAWING
KAFUE ROAD SUBSTATION
111233-60-DRG-EE-SE-0028 33KV LINE BAY
GENERAL ARRANGEMENT
COVENTRY SUBSTATION
111233-60-DRG-EE-SE-0029 33KV LINE BAY
GENERAL ARRANGEMENT
COVENTRY TO KAFUE ROAD
111233-COV/KAF-PP-1 SHT 1-3
33 kV DISTRIBUTION LINE
AURECON STANDARD DRAWINGS
AUR-OHL-EAR-MP-001 TYPICAL EARTHING ARRANGEMENT FOR PAD AND CHIMNEY
STRUCTURE
TERMINAL POLE EARTHED
GH9727
33kV STRUCTURE FOR 200mm² & 300mm² ACSR
SECTION ANGLE POLE CONSTRUCTION
GH9728
33kV EARTHED STRUCTURE FOR 200mm² & 300mm² ACSR
INTERMEDIATE POLE EARTHED
GH9729
33kV STRUCTURE FOR 200mm² & 300mm² ACSR
POLE MOUNTED CABLE TERMINATION
ZAM-GEN-41-G-12827
33kV UNDERGROUND CABLE
ZAM-GEN-DE-G-12831 33kV STAYS
33kV OVERHEAD LINE
ZAM-GEN-DM-08-G-12260
DISK INSULATOR SUSPENSION ASSEMBLY
33kV OVERHEAD LINE
ZAM-GEN-DM-08-G-12270
DISC STRAIN ASSEMBLY
Section VII. Employer’s Requirements – Lot 2 Part 2-211
SUPPLEMENTARY
INFORMATION
Attached specifications:
1. LTDRP SCADA Detail Design Specification – 111233-40-SPE-EE-0003.
4. ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment.
LTDRPP4
Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
Name of Bidder
Lot 2 Rev 5
Part 2-214 Section VII. Employer's Requirements
____________________________________________________________________________________________________________________________________________
Instructions to Bidders
Modification of any part of the Technical Schedules might result in the misplacement of information which is crucial for successful Bid evaluation. Bidders
should follow and adhere to the following rules and guidelines in completing the Technical Schedules:
1 Make sure it is the latest Revision of the Technical Schedules which might have been submitted as an Addendum.
2 Bidders need to keep the format of the Technical Schedules exactly the same as the original:
a. Do not add, delete or insert any columns
b. Do not add, delete or insert any rows. Make use of the space provided under Additional Items which can be
found in the different sections of this Technical Schedules
c. Do not change any fonts or formatting
3 Do not change any headings or equipment descriptions. Use the Additional Items sections if necessary.
4 Do not change any Worksheet names or add delete/add any Worksheets
5 Do not change the name of the Spreadsheet.
6 Do not copy and paste values, please make sure information provided is accurate according to the specified equipment
This Technical Schedules must be submitted in Excel format with the Bidding Documents. The Schedules must be submitted on flash disk in a clearly
marked envelope indicating the following information: Tender number, LOT number, Description and Bidder's name. The envelope must be attached to
the cover page of Volume 1.
Before the Technical Schedules are submitted make sure of the following:
10 There are no passwords in the Excel document which prevents the contents of the document from being opened
11 The Bidder's Name is provided in the space provided on the front page
12 The CD or memory stick used for the submission is clearly marked with the Bidder's name
13 The CD or memory stick is properly attached to the Bidding document
Lot 1 Rev 5
Section VII. Employer's Requirements Part 2-215
_______________________________________________________________________________________________________
TECHNICAL SCHEDULES
Table of Contents
Lot 2 Rev 5
Part 2-216 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Tenders must complete this schedule in detail as insufficient data may invalidate a tender.
Tenderers shall only offer equipment as called for in the specifications as part of their main offer. Alternatives shall be listed
separately from these Tender documents.
Where such alternative equipment is offered subject to final approval, the Tenderer shall submit detailed information to enable
the Engineer to evaluate the equipment with the tender. If the information submitted is not adequate to satisfy the Engineer that
the equipment is acceptable such an alternative offer will not be considered. Where Bidders choose to submit more than one
supplier for the same equipment, the Employer has the right to choose which equipment the Bidder should supply.
The provided typical 132kV, 33kV and 11kV combined control, protection and telecommunication panels shall be strictly used
The technical schedule below should be completed in conjunction with the following:
- LTDRP SCADA Detail Design Specification - Document No. 111233-40-SPE-0003
- LTDRP Telecommunication Detail Design Specification - Document No. 111233-40-SPE-0004
- LTDRP Protection Detail Design Specification - Document No. 111233-40-SPE-0005
- ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment
Lot 2 Rev 5
Section VII. Employer's Requirements Part 2-217
_______________________________________________________________________________________________________
Lot 2 Rev 5
Part 2-218 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 2 Rev 5
Section VII. Employer's Requirements Part 2-219
_______________________________________________________________________________________________________
Lot 2 Rev 5
Part 2-220 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 2 Rev 5
Section VII. Employer's Requirements Part 2-221
_______________________________________________________________________________________________________
Lot 2 Rev 5
Part 2-222 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 2 Rev 5
Section VII. Employer's Requirements Part 2-223
_______________________________________________________________________________________________________
Lot 2 Rev 5
Part 2-224 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 2 Rev 5
Section VII. Employer's Requirements Part 2-225
_______________________________________________________________________________________________________
Lot 2 Rev 5
Part 2-226 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 2 Rev 5
Section VII. Employer’s Requirements 2-227
A. PROJECT BACKGROUND
The Lusaka Transmission and Distribution Rehabilitation Project (LTDRP) aims to strengthen the existing
transmission and distribution infrastructure in and around Zambia’s capital, Lusaka. This is achieved by,
amongst other, increasing the power intake and distribution capacity and reliability of the 132kV ring
surrounding Lusaka. The ring currently connects Lusaka West - Roma - Leopards Hill - Waterworks -
Coventry - Lusaka West substations. During the execution of the LTDRP packages, the integrity of the ring
must be protected by avoiding the isolation of more than one section at any point in time.
1. OBJECTIVE
Package 8 of the LTDRP increases the 33 kV infrastructure by:
Increase the transformer capacity at Woodlands Substation.
Increase the 33kV transfer capacity between Coventry and Kafue Substations
Increase the 33kV transfer capacity between Industrial, Mungwi, Liverpool and Matero Substations
2. OVERVIEW
The above objectives will be achieved under one contract, herein referred to as:
Lot 1: Woodlands 33/11kV Substation Upgrade (Separate document)
o Task 1 – Relocate existing 33 & 11 kV distribution line termination structures
o Task 2 - Construct new Woodlands 33/11 kV Substation.
o Task 3 – Intergrade existing 33 & 11kV cables into new Woodlands Substation
o Task 4 - Dismantle Existing Woodlands 33/11 kV Substation
Lot 2: Coventry – Kafue 33kV Overhead Line Upgrade (Separate document)
o Task 1: 33kV OHL and cable feeders from Coventry Substation to Kafue Substation
o Task 2: 33kV feeder bays at Coventry Substation and Kafue Substation
Lot 3: Industrial – Matero 33kV Corridor Upgrade (This document)
o Task 1 - OHL from Industrial Substation to Mungwi Substation
o Task 2: OHL from Mungwi Substation to Liverpool Substation
o Task 3: OHL from Liverpool Substation to Matero Substation
o Task 4 –33kV feeder bay Matero Substation
Part 2-230 Section VII. Employer’s Requirements – Lot 3
3. NETWORK DIAGRAM
The existing 33kV networks are shown in Figure 1 and the proposed alterations to these networks are shown
in Figure 2.
4. DEPENDENCIES
Inter-lot and inter-project dependencies exist and are summarised as:
The completion of the 132/33/11kV Industrial Substation for the completion of the Industrial to
Mungwi 33kV lines.
The completion of the Matero Substation 33kV line bay for the completion of the Matero to
Liverpool 33kV lines.
Section VII. Employer’s Requirements – Lot 3 Part 2-231
5. SCHEDULE
The typical schedule of the Package 8 Lot 2 is shown in Figure 3.
MONTHS
1 2 3 4 5 6 7 8 9 10 11 12
Package 8 Lot 3
Lead Time
Task 1
Task 2
Task 3
6. ABBREVIATIONS
Item Description
°C Degree Celsius
°C/mW Degree Celsius per meter Watt
A Ampere
AAC All Aluminium Conductor
AC Alternating Current
ADSS All dielectric self-supporting
ANSI American national standards institute
BCEW Bare copper earth wire
BOQ Bill of quantities
BS British standard
CAD Computer added drawing
CCITT Consultative Committee International Telephone and Telegraph
cm Centimetre
CT Current Transformer
Cu Copper
DC Direct Current
DPC Damp proof course
EN European norms
EPC Engineering procurement and construction
EPSG European petroleum survey group
FAT Factory acceptance test
GA General arrangement
HDG Hot dipped galvanized
HDPE High density polyethylene
Part 2-232 Section VII. Employer’s Requirements – Lot 3
Item Description
HF High frequency
HMI Human Machine Interface
HPS High pressure sodium
HV High Voltage
Hz Hertz
IEC International electrotechnical commission
IEEE Institute of Electrical and Electronics Engineers
ISO International standards organization
kA Kilo Amperes
kg Kilogram
kg/sqm Kilogram per square metre
kl Kilo litre
km² Square kilometre
kPa Kilo Pascal
kV Kilo Volts
LCD Liquid crystal display
LED Light emitting diode
LTDRP Lusaka transmission and distribution rehabilitation project
m/s Meter per second
MCB Miniature Circuit Breaker
MOD AASHTO Modified American Association of State Highway and Transportation Officials
mPa Mega Pascal
MV Medium Voltage
MVA Mega Volt Ampere
N/mm² Newton per square millimetre
NER Neutral earthing resistor
NRS National Reference Standard
ODF Optical distribution frame
OEM Original equipment manufacturer
OLTC Online tap changer
ONAF Oil natural air forced
ONAN Oil natural air natural
OPGW Optical Ground Wire
Pa Pascal
PVA Poli-Vinyl Acrylic
PVC Polyvinyl Chloride
RTU Remote Terminal Unit
RYB Red-Yellow-Blue ( phase rotation)
SANS South African National Standard
SAT Site acceptance test
SC Standard connector
SCADA Supervisory Control and Data Acquisition
Section VII. Employer’s Requirements – Lot 3 Part 2-233
Item Description
TRFR Transformer
UPS Uninterruptible power supply
UTM Universal Trans Mercator
UV Ultra violet
VT Voltage Transformer
XLPE Cross linked polyethylene
ZESCO Zambia Electricity Supply Commission
7. SCOPE OF WORK
The scope of work summary for Package 8 Lot 3 is divided into various tasks, which is described in the
following sections.
Task 1 - OHL from Industrial Substation to Mungwi Substation
Task 2 - OHL from Mungwi Substation to Liverpool Substation
Task 3 - OHL from Liverpool Substation to Matero Substation
Task 4 - 33kV feeder bay Matero Substation
The substation works are divided into three disciplines, namely:
Primary plant, which covers all high- and medium-voltage equipment,
Protection, control and telecommunication equipment, and
Civil works.
The overhead line works are typically divided into three disciplines, namely
Phase conductor and OPGW,
Conductor hardware and assemblies, and
Civil works and structures.
The work in each discipline must be planned according to the implementation methodology for the whole
project, taking careful note that disciplines are inter-dependent, with the possibility that certain personnel,
equipment, and sub-contractors will be mobilised and demobilised as required.
The work described is a summary of the work to be carried out under the different task descriptions in this
document. It does not necessarily describe all the work in detail. The prospective bidders must study the
documents and drawings and ensure that he allows for all the material required to provide a complete fully
functional installation. Bidders need to outline any significant material omissions in their Bids. It is important
to note that the scope of work is design, supply, installation and commissioning, up to final handover of the
fully functional substation, properly integrated into the Lusaka Transmission and Distribution network.
Although a functional design was conducted in preparation of this Bidding Document, the Bidder will be
responsible for the detail design within the quantities provided in the Schedule of Rates and Prices. To this
effect, the Bidder will include all equipment not specifically listed in the Pricing Schedule, but required for a
fully functional product, under the relevant section allowed for under Additional Items.
Where detail Technical Data is not provided for specific items, the successful Contractor will be required to
specify these items, supported by the necessaries calculations, in line with the standards provided, for
approval of the Engineer.
Part 2-234 Section VII. Employer’s Requirements – Lot 3
There is a 33kV single circuit wooden pole line connected between Liverpool and Mungwi
substations.
At Mungwi Substation there are spare equipped bays available for the new Matero 33kV and
Industrial 33kV lines. The Liverpool feeder at Mungwi Substation will be re-used.
At Liverpool Substation the Mungwi, Lusaka West as well as the Matero 33kV feeders will be re-
used.
At Matero Substation the Liverpool feeder will be re-used. There is space for the new Mungwi
33kV feeder but it will have to be equipped.
The two Mungwi 33kV line bays at Industrial Substation is available.
Replace the demolished Liverpool/Mungwi 33kV line with a double circuit self-support steel
monopole line from Liverpool Substation to the Mungwi crossing.
Construct in the same servitude from the other side of the crossing a triple circuit self-supporting
steel monopole structure form the Mungwi crossing up to the Mungwi Substation.
String from Liverpool Substation a 33kV line partly on one side of the double circuit and partly on
the same side of the triple circuit up to Mungwi Substation and terminate. Install and terminate at
both Mungwi and Liverpool substations one 19/33kV 500mm² 1C AWA Cu XLPE cable per phase
from the cable termination structure onto the switchgear.
Construct from Industrial Substation a 33kV (2 x 31MVA) double circuit line with self-supporting
steel monopole structures to where it intersects with the Liverpool / Mungwi servitude. From this
point string the two 33kV / 31MVA Industrial circuits onto the vacant circuits of the triple circuit
structure up to Mungwi Substation. Terminate at both substations by means of one 19/33kV
500mm² 1C AWA Cu XLPE cable per phase from the cable termination structure onto the
switchgear.
Any termination of a cable to a steel monopole must typically go through an intermediary structure
which is at a safe level to mount the ancillary equipment like the surge arrestors on.
The 33kV bay equipment, line protection panel with an ABB main relay and control cabling at
Mungwi Substation is existing.
The 33kV indoor breaker with onboard Siemens protection at Liverpool Substation is existing.
With reference to Figure 8 and Figure 9, the substation consists of the following:
2 x 30MVA Transformer bays.
The scope of work described in this report is a preliminary design and, accordingly, all estimates and
projections contained herein are based on limited data availability. Therefore, while the work, results,
estimates and projections herein may be generally indicative of the nature and quality of the project, they are
not definitive.
The prospective bidder must study the documents and drawings and ensure sufficient allowance is made for
material and labour to complete the installation. It is important to note that the scope of work is design, supply,
installation and commissioning, up to final handover of the fully functional substation, properly integrated
into the Lusaka Transmission and Distribution network.
Remove and set aside for later use the yard stone in the affected areas.
Design, supply and install foundations for all new equipment.
Design, supply and install steelwork for all new equipment.
Design, supply, install and connect all new equipment to an earth grid and connect the newly
installed earth grid to the existing substation earth grid.
Construct control cable trench to match existing, complete with covers from the new equipment to
existing trenches as indicated GA drawing 111233-0000-DRG-EE-GA-0002.
Dismantle and remove the north-eastern section of the affected busbar.
Remove the outermost busbar support on the north-eastern section completely and install
foundation and steelwork for new busbar support structure.
Install new busbar for new feeder bay with the correct combination of fixed/sliding clamps.
Design, supply and install one 14m lighting / lightning mast.
11.3.3.1 Protection
One new 33kV feeder protection panel matching existing panel to be installed. All integration into
the existing protection system is part of the scope.
All primary and secondary cable work is included.
All affected protection to be re-commissioned.
11.3.3.3 Other
Supply 33kV Tariff Metering for the new feeder bay.
Supply the new 33kV feeder protection panel control panels from the existing AC/DC distribution
panels.
Supply and install all necessary current transformer and voltage transformer junction boxes with
terminals as well as all necessary multicore control and small power cables including terminations.
Factory acceptance tests (FATs), witnessed by three engineers of each discipline (protection,
SCADA and telecommunications) as the representatives of ZESCO shall be conducted according
to the specifications. Sufficient time should be set aside for a thorough FAT. As far as practically
possible, the protection and control scheme FAT will be conducted together with the SCADA
system FAT.
Site Acceptance Tests (SATs) and local and overseas training to be provided for by the contractor
as detailed in the specifications. These tests and training will be applicable to all the equipment
supplied under this contract.
Testing and commissioning of all works.
Following the successful commissioning, supply as-built drawings, maintenance manuals, cable
schedules and other necessary drawings, as applicable, including software copies in AutoCad
format (three sets of each).
Part 2-244 Section VII. Employer’s Requirements – Lot 3
B. SPECIFICATION
The Specification for this Lot corresponds to the tasks in the Scope of Work. It contains standard details on
any possible ZESCO related equipment and works. Functional requirements for design and construction are
described below, which must be read in conjunction with the ZESCO Standard Specifications (Section VII
Works Requirements – Supplementary Information) and Technical Schedules (Section X Contract Forms).
The design shall be in accordance to the latest version of the local ZESCO codes & standards, British
Standards (BS) or relevant IEC standards listed in the table below:
NB: In the absence Local codes and standards, British Standards (BS) or relevant IEC standards shall take
precedence. Where there is any conflict between the requirements of the Specification and the Specification
of Equipment, then the Specification shall take precedence. Where there is any conflict between the
requirements of this Specification and International Standards, then this Specification shall take precedence,
unless otherwise agreed to, in writing, by the Engineer.
VOLUME 1
VOLUME 2
No Title Reference
1. POWER TRANSFORMERS
No Title Reference
4. CURRENT TRANSFORMERS
5. VOLTAGE TRANSFORMERS
No Title Reference
1. GENERAL
1.1 Fire Extinguishing Installations BS 5306
1. GENERAL
Masonry cement - Part 1: Composition, specifications and
1.1 EN 413-1
conformity criteria
Part 2-248 Section VII. Employer’s Requirements – Lot 3
The Bidder shall provide details of the proposed personnel and their experience records.
Project Management and Contract Management activities. The Contractor’s representative and/or any deputy
must be professionally registered as a project manager at an international recognised institution. Certified
copies of this registration need to be submitted with this Bid.
Monthly Progress Meetings will be held on site and must be attended by at least the Contractor’s
Representative and the Site Manager. The Contractor’s Representative will be duly authorised to make
decisions on behalf of the Contractor.
It is a specific requirement that the Contractor’s Representative, Site Manager and Safety Official must be
fluent in English and the language of the Contractor's personnel. The above shall be in accordance with the
General Conditions.
No. Position
Detailed project schedule showing all planned activities including starting and completion dates for:
a. Project commencement
b. Data Collection
c. Design
d. Design Approvals
e. Procurement,
1
f. Factory Acceptance Tests
g. Delivery of material
h. Preparation works for construction
i. Construction
j. Testing and Commissioning and
k. Handover.
Detailed designs and drawings for substations, switching stations and associated plant including the
following:
No. Position
g. Earthing Designs
h. Sections
i. Lighting Layouts
j. Lightning layouts.
k. Fire protection designs
l. Control Building layout
m. Cable trenches
n. All relevant protection and metering designs
o. All relevant SCADA, Telecommunication and Substation automation designs
Submission and approval of Technical details for all equipment listed in the Technical Schedules prior
4
to ordering.
5 Geotechnical studies and soil analysis of substation site area.
6 Samples of building material where applicable e.g concrete blocks and brick cube tests.
Part 2-250 Section VII. Employer’s Requirements – Lot 3
15.2.1 Stranding
The stranding of each layer of the conductor shall be as close and even as possible. The outermost layer shall
be right-handed. The wire shall be so stranded that the conductor is essentially free from the tendency to
untwist or spring apart when cut. Steel cores shall be stranded on tubular or planetary stranders.
The completed conductor shall be uniformly cylindrical and shall be capable of withstanding normal handling
during manufacturing, transportation, and installation without being deformed from its cylindrical form in
such a way as to increase corona losses and radio interference
15.2.2 Grease
If specified, the core and the inner layers of aluminium shall be greased with an approved grease complying
with IEC 61394. Grease shall be uniformly applied in accordance with Case 4 of Annex C of IEC 61089.
Only one type of grease shall be used on the steel core and all the aluminium layers on all conductors in an
order. All aspects of manufacture and delivery of greased conductors shall be completed in such a manner
that grease is not displaced toward the outer surface of the conductors.
15.2.5 Tests
The supplier shall carry out sample production tests, and the results shall be made available within 14 days
of completion.
A complete set of conductor type tests certificates, in accordance with IEC 61089, must be submitted for at
least one conductor per design (e.g. 6/1), at tender stage. This set of type tests will qualify the design range
at tender stage.
Section VII. Employer’s Requirements – Lot 3 Part 2-251
The tenderer will give a good estimate of the creep each conductor can expect over a 20-year lifespan. The
estimate must be given with full details of the calculation thereof.
15.5.2 Galvanizing
Galvanizing will be done to specification ISO 1461 2009: Hot dip galvanized coatings on fabricated iron and
steel articles — Specifications and test methods.
Except where specified to the contrary, all iron and steel used in the construction of the contract works shall
be galvanized in accordance with IEC standards after all sawing, shearing, drilling, punching, filling, bending
and machining are completed.
Galvanising shall be applied by the hot process (except the electro-galvanising shall be permissible for steel
wires), and for all parts other than steel wires shall consist of a suitable thickness of zinc coating as indicated
in Table 3 of ISO 1461. The zinc shall be smooth, clean, of uniform thickness and free from defects.
The preparation for galvanising and the galvanising itself shall not adversely affect the mechanical properties
of the coated material.
Tests shall be carried out as specified in the specifications.
The damper shall be designed for a working life of at least 30 years and the design shall take full account of
environmental factors, including conductor temperature variations between -10 °C and 80 °C, ultraviolet
radiation, ozone and atmospheric pollutants.
The dampers for phase conductors shall be free from visible corona at the test voltage. This means that corona
should not be seen by either a camera or naked eye (in a dark room) during test.
Spiral vibration dampers will be used on the steel conductors. Make and type of spiral vibration dampers to
be specified in the detailed technical specifications and approved by the engineer for use before installation.
15.5.10Armour rod
Armour rods shall be used to protect ACSR conductor at all clamping points on the suspension stand-off
insulators. The size of the armour rods shall be suitable for the conductor used.
Part 2-254 Section VII. Employer’s Requirements – Lot 3
No armour rods are required were stand-off insulators are used to suspend jumpers at strain poles. Take note
that the correct clamp must be used to secure the jumper to the suspension insulator as the sizes will be
different than the size used to clamp the conductor and armour rod at normal suspension poles.
16.1 GENERAL
All 33kV distribution networks are to be constructed according to the Lusaka distribution
rehabilitation specifications provided. It shall remain the responsibility of the Contractor to verify
such drawings to his satisfaction. The Employer accepts no responsibility for the completeness,
correctness or adequacy of any tower drawings provided.
Changes in structure configurations shall be reviewed and accepted by the Employer prior to
installation.
The Contractor shall be fully responsible for his designs and their satisfactory performance in
service.
Acceptance by the Employer does not relieve the Contractor of responsibility for the adequacy of
the design, dimensions and details.
Wooden poles shall typically be 14m with a 195-225mm pole top diameter and must have a fibre
strength of 55MPa for pine poles and 63MPa for eucalyptus poles and shall be planted 2.2m deep.
The top shall be cut square to the longitudinal axis of the pole.
The poles shall be pressure impregnated and shall not be cut to a shorter length or smaller diameter
after impregnation. The moisture content at the time of impregnation shall be less than 170g/kg.
Retention and penetration requirement.
Poles shall be fitted with gang nail or 4 turns of 2.5mm galvanized steel wire on each end.
Poles shall not deviate from straight to a greater extent than specified in BS 1990:1984.
Poles shall be marked in accordance with Zesco specification SP-ESU-006.
All drilled holes shall be treated on site with creosote prior to installation of hardware.
Holes will not be drilled within 150mm from the end for Pine poles and 100mm for Eucalyptus
poles.
Where the 33kV cable terminates onto the 33kV overhead line as indicated in Figure 14, the sheath
of the cable is to be bonded to earth plus a distribution class surge arrestor is to be connected from
each phase to earth. The surge arrestor installation will be accompanied by an outdoor cable
termination and support system consisting of typically two or more sets of horizontally mounted
steel cross-arms. For wooden cross arms the surge arrestors will be interconnected by means of a
25mm² BCEW. With reference to Figure 15 the earthing of the surge arresters will be by means of
a 25mm² PVC insulated copper conductor terminating onto a 4 x 1,2m copper cladded counterpoise
earth rod installed a minimum of 500mm below ground level. The counterpoise legs must be 5m
each of 25mm² BCEW to achieve an earth of 30Ω or less.
As a result of the stays present on all strain structures, BIL down wires are only required from the
top of the pole to the cross arm. The stay would serve as a down wire. If steel cross arm are used,
bond the shield wires to the cross arms. If wooden cross arms are used, bind all metal parts of the
structure together with galvanised steel wire and bonding clips. All stays must be provided with
stay insulators with a BIL of 300kV. This is typically fibre glass rod type.
All earthing terminations to be made with compression lugs or bolted clamps. Copper conductor
with a minimum cross-sectional area of 16mm² to be used for earthing leads and bonding
conductor. Earth rods to be 16mm Cu plated.
Care must be taken when connecting dissimilar metals together.
Steel stay wire shall be in accordance with IEC 60888:1987: Zinc-coated steel for stranded
conductors.
A rectangular stepped hole shall be dug so that the length of the hole is in line to the projected line
of the stay wire.
The hole shall be large enough for the stay plate to fit in, with minimum dimensions of 2m long,
1m wide and 1,950mm deep.
Once the hole is dug, the front face of the lower step shall be undercut to accommodate the stay
plate. An 80mm wide slot shall be cut in the steps at 45° to allow for the stay rod.
The stay plate shall be placed up against undisturbed soil on the pole side of the hole. The hole
shall be backfilled and compacted/rammed in maximum 150 mm layers. In poor soil areas, a 1:10
cement/sand mixture to be used for backfilling.
Stay rod to protrude 150mm above ground level.
Stay rod diameter to be M20 with a minimum length of 2,500mm.
Stay plate to be 440mm x 440mm and 10mm thick.
Stay wire to be 19/2.64 galvanised steel wire.
The amount and layout of stays installed for strain structures shall be as per the contractor’s design.
If hanging free, the stay insulator must not be closer than 4m to natural ground level.
a) Suspension assemblies
Figure 17Figure 17 Shows a typical suspension assembly for wooden H-pole structures. Please take note that
the glass discs will be replaced by a composite insulator.
b) Strain assemblies
Figure 18 shows a typical strain assembly for wooden H-pole structures. Please take note that the glass discs
will be replaced by a composite insulator.
17.2 DEFINITIONS
The expression span lengths shall be taken to mean the horizontal distance between the centre lines of adjacent
structures.
The ground clearance is the minimum distance between the conductor and ground level in a span with the
conductor at its maximum design temperature.
The equivalent span is the calculated span length for tensioning a multiple span section such that the tension
of the equivalent span may be used for tensioning the whole section.
The upward vertical load imposed by the conductor at a support resulting from the gradients to the adjacent
spans is called the conductor uplift (minimum weight span).
The electrical clearance as specified is the separation distance between conductors based on the minimum
distance allowing for mid-span swing.
The maximum span is the maximum permitted length of any span for the conductor spacing adopted.
The sag is the maximum vertical distance between a conductor’s lowest centenary curves that spans between
supports and a straight line joining the conductor’s points of support.
The weight span is the horizontal distance between the lowest points of a conductor on either side of the
support. The lowest points of the catenary curves of both adjacent spans can be on the same side of the
support at steeply sloping terrain
The horizontal load imposed by wind pressure acting at right angles to any element of the overhead line is
called the wind loading.
The wind span is the sum of half the wind loading on each of the two adjacent spans i.e. the horizontal distance
between the points at mid-span on each side of a support.
Minimum 39%
Atmosphere Medium pollution atmosphere.
Average Annual Rainfall 850 to 1,200mm
Extreme Wind Speed 28m/s
Hail Occasional
Sand Storm Occasional
17.4 TEMPLATING
The contractor shall optimise each line in terms of span lengths and structure heights.
The templating of the line on the provided route and acquired ground profile (as described in the Specification
for Construction Activities) will be done prior to any ordering of material or construction commences. The
line templating is part of the design work and shall be provided together with all other design drawings for
approval to the Engineer.
Standard Engineering design procedures shall be used to determine the sag and tension profile for the specific
transmission line. The following is applicable to the conductors under the conditions stated.
Sag shall be calculated under the following conditions:
Table 2 : Sag reference temperature
The maximum tension in the conductor shall not exceed 40% of the breaking tension at the minimum
temperature as defined in the environmental conditions and maximum wind load, and simultaneously shall
not exceed 20% of breaking load at average daily temperature of 15°C without wind except for sections with
extra-long spans where compliance with the specified maximum working tensions under the assumed
maximum loading conditions may necessitate a lower figure for the 15°C still air tensions.
All specified safety clearances to ground and other structures should strictly be adhered to.
When a conductor breaks, the adjacent suspension insulators will swing away from the broken conductor
span. The insulator string becomes part of the catenary of the span adjacent to the broken span and results in
that span’s sag increasing. The sag should adhere to all the required safety clearances.
Every structure supporting a crossing span shall be designed in such a manner that it will be able to withstand
the loads that may be imposed upon it should a breakage of any phase conductor or earth conductor occurs.
As far as is reasonably practicable, every structure supporting a crossing span shall be located so that it will
not touch the crossed service if it falls over but also shall be located as close to the point of crossing as is
reasonably practicable.
All features mentioned shall be accurately shown over a strip 30m wide centred on the centre line,
and generally outside this strip up to such as a power line or any other high object or structure.
The angle of crossing, with the width of the feature to be crossed, shall be shown in the case of
railways, power lines, roads and telephone circuits.
The strip plan shall be continuous even where the route traverses long featureless sections.
Vegetation types shall be identified as far as possible by referring to the density of vegetation, i.e.
scattered, light, medium, dense bush, or cultivated land.
Any areas of soft sand, marsh, or flooded ground shall be shown as these may be unsuitable for
placing structures.
Angles of deviation shall be shown, and each angle point shall be the start of a new section for
representation and section chainage purposes.
Positions of structures indicating their type and coordinates.
Stringing chart at various ambient and stringing temperatures for ease of use on site indicating
initial sagging information per span.
Conductor installation chart indicating proposed positions of conductor mid span joints.
On the strip plan the centre line of the overhead line shall be represented by a thick line at the bottom of the
profile sheet running continuously between consecutive angle points or terminal points.
The profile shall be drawn above the plan and is to correlate to the features on the strip plan. An arbitrary
datum may be used. Information on the profile shall include:
The ground profile shall show the elevation above the chosen datum and shall include two
horizontal lines associated with the datum, the first uppermost giving the section chainage
increasing along the route of the line between bend points. The second and lower line shall contain
the total chainage between the start and finish of the line.
Elevations shall be recorded above the chainage.
The minimum required safety clearances over all obstacles.
The expected initial sagging at both the minimum and maximum temperatures.
The expected final sagging at minimum and maximum operating temperatures.
Where the treasury ground slope exceeds 1 in 10, levels are to be shown on the profile at 10 metres
from the centre line, as dotted lines either side of the centre line, indicated left and right on the
elevation in the forward direction of the profile.
Where existing services (roads, telephone lines, railways, power lines etc.) are crossed a cross-section
drawing of the proposed crossing shall be provided on the strip plan at the relevant crossing.
17.8 JOINTS
Flanged and slip joints should be aligned such that there is minimum pole deflection around the joint
top diameter of the male section. Female slip joints shall have rapping plates on seams to avoid splitting.
The slip length shall not differ more than 50mm from the designed slip length.
17.11 WELDS
Coded welding personnel shall perform all welding. Finished welds shall be smooth with no sharp edges.
Welds shall be of a strength that does not change the designed proof load, ultimate load or crippling load.
The ends of longitudinal welds shall be strengthened at slip joints on female sections to prevent splitting.
Butt welds shall have 100% penetration.
Seam welds shall have a minimum penetration of 60% except in the area of slip joints where 100% penetration
is required. The inside weld at the slip joint shall be ground back to ensure no obstruction when obtaining
the desired slip lengths.
All shaft circumferential welds and their associated sections of longitudinal welds and all longitudinal welds
for the female parts of a slip joint shall be full-penetration welds in order to achieve full base material strength.
The shaft shall be centrally welded onto the base plate. All shaft structural welds shall be performed with
submerged arc technology.
Cross-arm tubular sections shall be centrally welded onto the connecting flanges.
All fitting-related welding shall be performed with inert gas technology.
17.12 OPENINGS
If specified, openings (e.g. bolt-holes, slots etc) shall be made in the poles during the manufacture of the
poles. These openings may be required for the attachment of cross-arms and other equipment. All openings
shall be made before galvanizing or treating.
Bolt hole tolerances are as follows:
6mm for foundation bolts.
17.14 DRAWINGS
The structure layout drawings are a guideline of what is required with regard to layout, attachment heights,
stay levels, wind and weight spans etc. The manufacturer shall ensure that designs and manufacturing are
suited to the structure required.
Part 2-268 Section VII. Employer’s Requirements – Lot 3
A set of manufacturing drawings is required for checking and approval purposes before manufacturing
commences.
A complete and correct set of as-built drawings are required for record on completion of the job.
17.15 TESTS
All tests are to be in accordance with IEC 60652: Loading tests for overhead line structures. One structure
for each structure type will be type tested, the length chosen for the structure will be the length with the largest
loads in the structure.
17.16 FINISH
The finished product shall have a smooth external surface free from steel splinters and welding splatter. All
surfaces shall be clean and shall present a neat appearance. All corners shall be rounded with no sharp edges.
17.17 DIMENSIONS
The overall lengths of the poles shall be determined by the contractor from the profile drawings. The actual
pole length shall not differ from the stated overall length by more than 50mm.
The base and tip diameters of the actual structure shall not differ from the designed diameter by:
5mm for diameters up to 350mm
1,5% for diameters over 350mm
Diameters at slip joints shall not differ such that the minimum required slip length is not obtained.
as specified. Tests shall be carried out on strong and weak planes of asymmetrical poles. The tests need only
be completed in one direction on symmetrical poles.
The load shall be applied to the structure in increments of 10% up to 90% of the ultimate load, thereafter in
increments of 5% of the ultimate load until failure. This 100% load shall be held for 60 seconds before being
released. Deflection readings shall be taken whilst the load is being applied and once the load has been
released.
The structure shall withstand the applied loads for 60 seconds without failure of any component. Deflections
in excess of those depicted in the deflection requirements shall constitute the failure of the structure.
17.23.2 Packaging
All structures shall be suitably stacked to avoid damage during transport. Dunnage shall be used
between steel members to avoid these touching and damaging each other. No buckled, bent or twisted
structures and associated bracketry will be accepted on site. The manufacturer shall deliver to site, with the
structures, adequate quantities of Zinc-fix squish packs to patch small areas of damaged galvanizing due to
transport. Large areas of damaged galvanizing will not be accepted.
Part 2-270 Section VII. Employer’s Requirements – Lot 3
Attach a coffin hoist to each set of slings on opposite sides of the pole, ensuring that the coffin hoists are
primarily attached in-line, middle section to bottom section.
Measure the length of the pole and see how far the two sections must be pulled together to give the correct
length of the pole as indicated on engineers drawing.
Mark required slip distance of top pole with insulation tape.
With the coffin hoists, tension both sides equally until the two sections have slid together up to insulation
tape mark.
Manually manoeuvre the top section to assist with the sliding together of the sections.
Remove insulation tape after correct slip level has been achieved.
Follow the same procedure as above when joining the middle and top sections of the pole.
No structure shall be erected prior to a final inspection on the pole excavations and approval thereof by the
site supervisor.
Mono-pole structure erection will be subjected to the following criteria:
All structures shall be erected vertically within 2mm in 1.0m in both transversal and longitudinal
directions. For the correct structure orientations in relation to the line direction refer to detail
drawings;
During the structure erection, the tension in all stays shall be 10% (±2%) of the minimum breaking
strength of the stay wire, after all rigging equipment has been removed.
All structures shall be properly cleaned prior to the erection thereof. Sand, mud and other dirt must
be thoroughly cleaned with nylon brushes.
Structures should only be lifted into place at the identified lifting points as detailed by the design
and the manufacturer of the structures.
17.26 EARTHING
The following standards are applicable:
IEC 60071 Insulation co-ordination — Part 1 to 3
IEC 60815 Guide for the selection of insulators in respect of pollution conditions.
Part 2-272 Section VII. Employer’s Requirements – Lot 3
The total earthing resistance of the line shall be less than 3.5Ω with 60% of the poles having earth resistances
smaller than 20Ω. The earthing resistance of the poles for the first kilometre from substation shall be less
than 10Ω.
The shield wire shall be earthed to the substation earth.
The underground earthing for the towers shall only be finalised once the footing resistance tests have been
carried out. The required earthing electrode shall be determined from the footing resistance tests.
The terminal structures will be bonded to the substation’s main earth grid.
At all electrified railway crossing & metal pipelines, the line’s earth conductor will be isolated from the
structure for ±800m on both sides of the crossing.
The earthing of each structure must be done as indicated on drawing AUR-OHL-EAR-MP-001 as follows:
Each structure shall have its own earth.
The earth shall be concealed, i.e. earth connection to the pole is beneath ground level and no part
of the earthing system may be visible from ground.
All terminal structures of the OHL shall be bonded to the respective earth mats of the substations
using a 30x3mm Cu bonding strap.
Earth rods shall be 1,5m copper plated steel.
Stranding of bare copper conductor shall be 7/1.67mm for 16mm² or 19/1.34mm for 25mm².
The Contractor shall measure the resistance of every pole installation and submit the test
certificates containing the test results to the Engineer. A copy of the calibration certificate for the
measuring instrument must accompany the test certificate and should not be older than 6 months.
All joints and connections will be done by means of exothermic welding and covered with
bituminous tape.
Precautions shall be taken to prevent electrochemical reaction between dissimilar metals.
The trenches shall be backfilled completely and immediately after the installation of the earth
rods/straps.
Should the earthing of the structures not be as is required, additional earthing can be installed in the form of
a counterpoise as follows
A combination of horizontal radial and vertical earth electrodes shall be used and connected to the
structures.
The design made provision for 6m crow’s foot for 70% of the structures.
Crow’s foot earthing electrodes shall be as per AUR-OHL-EAR-MP-001.
The counterpoise can be further enhanced if required as follows:
The first 150mm thick backfill layer in the earth trenches to consist of 1 part of agricultural gypsum
properly mixed with 3 parts of clean imported topsoil.
The backfilling to be slightly watered and thoroughly compacted in layers not exceeding 150mm
in thickness.
The final backfill layers to consist of clean excavated material from the earth trenches. The
backfilled material to be slightly watered and thoroughly compacted in layers not exceeding
250mm in thickness.
For earth trenches in rocky-terrain where the required earth trench depths can’t be reached:
Section VII. Employer’s Requirements – Lot 3 Part 2-273
The backfilling of earth strap trenches in rocky areas where no proper trenching can be done, a
conductive mixture of carbonaceous aggregate (e.g. graphite, bentonite or any other approved
conductive mixture shall be used.
A 3:1 sand/conductive cement mixture shall be used.
After the complete installation of a standard structure earthing system at all structures, the footing resistances
shall be measured by the Contractor and in situations where the measured structure footing resistance doesn’t
comply with the required 20Ω requirement, additional earthing systems shall be installed until the required
footing resistance are met or otherwise instructed by the Engineer.
After the complete installation of the additional earthing systems the relevant structure footing resistances
shall be re-measured by the Contractor in the presence of the Engineer and results shall be recorded at each
measuring attempt. Structure footing resistance records shall be submitted to the Engineer for evaluation and
acceptance.
17.28.1 Stranding
The stranding of each layer of the conductor shall be as close and even as possible. The outermost layer shall
be right-handed. The wire shall be so stranded that the conductor is essentially free from the tendency to
untwist or spring apart when cut. Steel cores shall be stranded on tubular or planetary stranders.
The completed conductor shall be uniformly cylindrical and shall be capable of withstanding normal handling
during manufacturing, transportation, and installation without being deformed from its cylindrical form in
such a way as to increase corona losses and radio interference
17.28.2 Grease
If specified, the core and the inner layers of aluminium shall be greased with an approved grease complying
with IEC 61394. Grease shall be uniformly applied in accordance with Case 4 of Annex C of IEC 61089.
Only one type of grease shall be used on the steel core and all the aluminium layers on all conductors in an
order. All aspects of manufacture and delivery of greased conductors shall be completed in such a manner
that grease is not displaced toward the outer surface of the conductors.
The variation in length between conductors forming a matched set shall not exceed 20m. Only one continuous
length of conductor per drum shall be permitted. The accuracy of measurement shall be 0.5%.
17.28.5 Tests
The supplier shall carry out sample production tests, and the results shall be made available within 14 days
of completion.
A complete set of conductor type tests certificates, in accordance with IEC 61089, must be submitted for at
least one conductor per design (e.g. 6/1), at tender stage. This set of type tests will qualify the design range
at tender stage.
The tenderer will give a good estimate of the creep each conductor can expect over a 20-year lifespan. The
estimate must be given with full details of the calculation thereof.
17.30.2 Galvanizing
Galvanizing will be done to specification ISO 1461 2009: Hot dip galvanized coatings on fabricated iron and
steel articles — Specifications and test methods.
Except where specified to the contrary, all iron and steel used in the construction of the contract works shall
be galvanized in accordance with IEC standards after all sawing, shearing, drilling, punching, filling, bending
and machining are completed.
Section VII. Employer’s Requirements – Lot 3 Part 2-275
Galvanising shall be applied by the hot process (except the electro-galvanising shall be permissible for steel
wires), and for all parts other than steel wires shall consist of a suitable thickness of zinc coating as indicated
in Table 3 of ISO 1461. The zinc shall be smooth, clean, of uniform thickness and free from defects.
Tests shall be carried out as specified in the specifications.
Each insulator unit shall be marked with the name or trade mark of the manufacturer and the year of
manufacture in accordance with IEC 60383 and means to ensure the system of traceability for each of the
component parts. In addition, each insulator unit shall be marked with the specified electro-mechanical or
mechanical failing load in conformity with IEC 383, or the first part of the designation in accordance with
IEC 60305.
17.32.3Strain assembly
17.33.2Soil types
Type 1 – Bearing pressure 150 – 300kPa
Type 2 – Bearing pressure 100 – 150kPa
Type 3 – Bearing pressure 50 – 100kPa
Type 4 – Bearing pressure 35 – 50kPa
Section VII. Employer’s Requirements – Lot 3 Part 2-281
The foundations shall in addition be designed for the most critical cases that would result from the occurrence
of the maximum permissible tolerance situations as listed above.
Pads designed with a full 45° core may be utilised. All faces of such a core where the permissible tensile
stress in the concrete is exceeded are to be adequately reinforced to prevent the development of tension cracks.
After completion of the pad and chimney foundation, the foundation shall be left to cure for at least 14 days
before being subjected to and loads.
Flanged poles shall be lifted in place and bolted down on the bottom flange to the recommended torque in
accordance to SANS 10162.
17.34.2Route
The contractor will be provided with a set of plans showing the routes of the transmission lines and any setting
out details which may be available. The contractor must gather information about conditions on site during
the tendering phase and price accordingly. The contractor will responsible to gather all information regarding
the ground profile along the route by either with the use of aerial surveying or ground surveying and
observations. The ground profile should be accurate enough to enable the contractor to design the line as
required by this specification.
The contractor will, subject to approval with the employer and an appointed surveyor, peg out all turn
positions for the contractor. The contractor will be responsible to verify and re-peg the turn points if required.
Section VII. Employer’s Requirements – Lot 3 Part 2-283
The terminal points at ends of each line will be indicated by the employer.
The pruning of all trees branches, along the routes of all lines, in such a way that no branch will
project through a vertical plane parallel to and 3m from the nearest conductor, on the understanding
that such branches of which the highest points are below 4m above ground level need not be pruned
unless it is within 3m from any pole.
17.34.4Environmental
The contractor will be responsible to comply with all the local occupational health, safety and environmental
laws and legislations.
This includes all required documentation and must be financially catered for, with sufficient time and
planning allocated to environmental compliance measures.
17.34.6.2 Foundations
Sample holes to be made and soil nomination and foundation designs to be done by the contractor’s certified
civil engineer. The contractor in conjunction with the engineer will approve the foundation type to be used
for each structure. The approval by the engineer of foundation installations shall not relieve the contractor
of this responsibility. Each foundation shall have a completed foundation record signed by the contractor’s
civil engineer, indicating that the soil was nominated and that responsibility is taken for the foundation
construction.
Limited soil analysis will be performed during pegging of structures. The results of which will be made
available to the contractor.
It shall be the responsibility of the contractor to ensure that a foundation record is filled out for each
foundation installed.
17.34.6.3 Excavation
The contractor shall make sure that no existing services are damaged during excavation.
At each structure position the contractor shall excavate, install the appropriate foundation and backfill the
excavation as required.
The contractor shall be responsible for ensuring that the subsoil at each foundation location is suitable to
withstand the design loading which will be imposed upon it by the foundation and shall be responsible for
any subsidence or failure of foundations due to insufficient care having been taken in the examination of the
soil or in the installation of the foundations.
Excavations shall be made to the full dimensions required and shall be finished to the prescribed lines and
levels. The bottom or sides of excavations upon or against which concrete is to be placed shall be undisturbed.
If, at any point in excavation, the natural material is disturbed or loosened it shall be filled with 10MPa
concrete. All excess excavation and over-excavation performed by the contractor for any purpose or reason
shall be at the expense of the contractor.
When the material at foundation depth is found to be partly a soil or material that is compressible, all
compressible material shall be removed for an additional depth of 200mm and filled with 20MPa concrete.
The excavations shall be protected to maintain a clean subgrade until the foundation is placed. Any sand,
mud, silt or other objectionable material which may accumulate in the excavation shall be removed at the
contractor's expense prior to concrete placement.
Where holes, deeper than 1.5m, are dug by hand special care shall be taken to ensure that there is shoring
available for the hole to prevent the hole collapsing. When no construction is taking place, or it is unavoidable
to leave the excavations open overnight, the affected holes must be effectively barricaded to ensure public
and animal safety. This is typically done by means of 1.5m steel or wooden droppers installed 2m apart and
1m from the edge of the excavation together with bright orange HDPE safety netting 1.2m high. Where there
is high traffic volume and pedestrians, small strobe light must be installed as part of the barricading.
17.34.6.5 Backfilling
After completion of foundation installation, the contractor shall backfill each excavation with suitable
material.
The material to be utilised for compacted backfill shall be deposited in horizontal layers having a thickness
of not more than 300mm before being compacted. In backfilling, the pad of the foundation shall be covered
first with a 200mm layer of well graded material containing no pieces larger than 20mm, before any coarse
material is deposited.
The material to be compacted shall contain no stones more than 150mm in diameter, and be free from organic
material such as trees, brush, scraps, etc.
The distribution of materials shall be such that the compacted material will be homogeneous to secure the
best practicable degree of compaction, impermeability and stability.
Prior to and during compaction operations, the backfill materials shall have the optimum moisture content
required for compaction, and the moisture content shall be uniform throughout the layers.
The material shall be compacted by mechanical compaction machines to a minimum of 90% of the density
of the undisturbed material. If required by the engineer, the contractor will test compaction to proof 90% has
been achieved.
The surface of the backfill around the foundation shall be carried to an elevation such that water will not
accumulate.
Material removed from the excavation, which is not suitable for, or is not required for backfill shall be spread
evenly over or adjacent to the site.
Where the excavated material is not suitable for backfill, the contractor shall stabilise the backfill material
with one part cement per ten parts of soil or as an alternative import select backfill material to the site,
provided the cost of select backfill does not exceed the cost of cement-stabilising the excavated material.
Where excavated material primarily consists of broken rock, shale, the contractor shall import select backfill
material.
17.34.6.7 Aggregates
All aggregates shall be new, clean and free of weeds and roots. The aggregate grading shall be suitable for
concrete and within the aggregate curve of the mix design.
Part 2-286 Section VII. Employer’s Requirements – Lot 3
Class
Property Fine aggregate from natural Fine aggregate from
disintegration mechanical crushing
Class
Property Fine aggregate from natural Fine aggregate from
disintegration mechanical crushing
applicable if the fine aggregate
complies with the requirements
both for organic impurities and
for the presence of sugar.
Requirement
Property
Nominal size of aggregate (mm)
Grading1), mass
percentage of
material that passes 75.0 53.0 37.5 26.5 19.0 13.2 9.5 6.7
sieves2) of nominal
aperture size, mm
75.0 100 100 100
53.0 0-50 85- 98-100
50.0 0-43 100 85-100 100
37.5 0-25 70- 15-55 90-100
28.0 0-7 85 0-50 85-100
26.5 0-5 0-50 0-28 15-55 100
20.0 0-28 0-25 0-50 90-100
19.0 0-25 0-7 0-28 85-100 100
14.0 0-7 0-5 0-25 15-55 90-100
13.2 0-5 0-7 0-30 85-100 100
10.0 0-5 0-28 15-55 90-
9.5 0-25 0-55 100 100
7.1 0-9 0-30 85- 90-100
6.7 0-5 0-25 100 85-100
5.0 0-7 25- 25-58
4.75 0-5 58 0-55
2.36 0-55 0-28
2.0 0-28 0-25
1.18 0-25 0-5
1.0 0-5 0-4
0-4
Dust content for
material passing
through a 75 µm 2
sieve mass
percentage
Aggregate crushing 29
value (ACV)3), of
Part 2-288 Section VII. Employer’s Requirements – Lot 3
Requirement
Property
Nominal size of aggregate (mm)
less than 13,2 mm
and more than 9,5
mm fraction (dry),
mass percentage,
max.
10 % FACT value, of
less than 13,2 mm
Coarse aggregate for use in concrete subject to surface abrasion,
and more than 9,5
structural elements of reinforced or prestressed concrete (or both): 110
mm fraction (dry),
kN, min.
Flakiness index, max.
35 Flakiness index, max. 35
17.34.6.8 Water
Water should be clean, free from chlorides, sulphates, other salts and organic matter. Potable water will
generally be suitable.
17.34.6.9 Reinforcing
Where reinforcing is required in the design, it shall be free of loose rust, grease and dirt. The reinforcing
shall be fixed with wire ties that are tightly bound to prevent any movement during the pouring of concrete.
Foundation bolts are to be the hooked kind and must be fastened properly before the concrete is poured.
17.34.6.10 Curing
Where concrete is exposed to the air, curing is required. The concrete shall be covered with a 50mm layer of
river sand and this shall be kept constantly moist for a period of seven days, or a plastic membrane shall be
placed over the exposed concrete and sealed. Curing compounds may also be used for curing permitted that
it is non-corrosive. These shall be approved by the engineer.
A maximum 45° with the horizontal or flatter stay installation angle is required for temporary stays, under all
circumstances.
17.34.7Hardware installation
17.34.7.1 Compression hardware
Only hexagonal compressions, of the “ALCAN” range, will be accepted. Only compression equipment
specified by tension clamp supplier shall be used. Compression equipment and operating personnel shall be
approved by the supplier to ensure the correct installation of the tension clamps. Proof thereof shall be
available on site at all times. The hydraulic tool, dies and fittings shall be designed for a minimum output
force of 890kN. All press equipment to be approved before use.
The conductor in use determines the specific size of the press and full tension clamp to be used. Compressions
to be made for the full area provided on both the aluminium and galvanised steel parts.
The positioning of both the temporary as well the permanent stays on the ground shall be determined by the
contractor’s civil engineer and presented to the engineer for approval.
17.34.7.6 Jumpers
Jumpers, although not a specific item, are included in the contract.
The jumper conductor will be the same size as the phase conductor used on the line.
17.34.9Stringing of conductors
The conductors and earth wires shall be pulled-up and tensioned according to "Code of Practice for Overhead
Power Lines for Conditions Prevailing in South Africa" as specified in the NRS 041.
Twin conductors or double circuit lines, where required, shall be strung simultaneously to ensure matched
sags.
Conductors and earth wires shall be strung to the design template approved by the employer. The contractor
shall provide suitable dynamometers, sighting rods or other approved apparatus necessary for the proper
checking of the work. Dynamometers shall be tested and if necessary re-calibrated if so required by the
engineer. Unless otherwise approved, after final erection and adjustment the sag in any span shall be to the
satisfaction of the engineer.
The equipment and methods used for stringing the conductors (including earth conductors) shall be such that
the conductors will not be damaged. All equipment shall be in excellent condition. Care shall be taken
always to ensure that the conductors do not become kinked, twisted or abraded in any manner.
The contractor shall make suitable arrangements for temporary staying of structures, and anchoring of
conductors when necessary. Conductors may not be anchored to any portion of any structure, except strain
Section VII. Employer’s Requirements – Lot 3 Part 2-291
structures and then only at the points designed for conductor attachment. Temporary anchoring to footings
and guy anchors will not be permitted. Where temporary anchoring is required, suitable temporary anchors
shall be provided. Installation and removal of temporary anchors will be the contractor's responsibility.
Running boards shall pass through blocks smoothly without hanging, catching or causing wide variations in
pulling tensions, damage to the blocks or over stressing of structures. The pulling line shall be a non-rotating
type, which will not impart twist or torque to the running board or conductors. Swivels shall be used to attach
the pulling line and conductors to the running board.
Tensions, while pulling, must be sufficient to clear all obstacles safely without damage to the conductor. At
no circumstances, shall the pulling tension exceed the tension shown on the sag charts. Pulling of more than
one drum length of conductor shall be subject to the engineer's approval.
Adequate protection shall be provided where there may be danger of a conductor being crossed over by
vehicles, or damaged by other equipment and objects. Conductors shall not be left in contact with the ground,
vegetable matter or any conducting or semi-conducting material. Wood lagging, or similar material shall be
used to protect the conductor when working at ground level.
The placement of tensioning and pulling equipment shall be such that the vertical angle of pull on a cross arm
or standoff insulator during stringing operations shall not be more than 20°. Conductors shall not be pulled
around angles which exceed 20°. With tandem-mounted blocks, the pulling angle shall not exceed 40°.
The sheaves shall conform to the conductor manufacturer's recommendation as to the diameter, and to the
size and shape of the groove for the size of conductor used. Sheaves shall have a minimum diameter of fifteen
times the conductor diameter at the base of the groove. Block surfaces which will be in contact with the
conductor, shall be coated with neoprene or rubber. This covering shall be kept clean and free of materials
which might damage the conductor surface.
The conductors, joints and clamps shall be erected using approved tools and shall be erected in such a manner
that no bird caging, over-tensioning of individual wires or layers, or other deformation or damage to the
conductor shall occur. Auxiliary erection clamps or haling devices shall be of approved design and shall,
under erection conditions, allow no relative movement of strands or layers of the conductors. Cutting of
layers of conductors shall be carried out with tools designed not to damage underlying strands.
Cropping or shearing of complete conductors shall not be permitted.
Unless otherwise approved, conductors shall be run under partial tension and erected by means of snatch
blocks and running blocks of approved materials and dimensions, at every intermediate structure and by other
approved means to reduce to a minimum contact between the conductor and the ground or other obstruction
during erection.
Under no circumstances shall any conductor be dragged along the ground.
The contractor shall also make any necessary special arrangements for running out and sagging the conductors
where the route crosses buildings, gardens or other grounds over which erection cannot be carried out in the
normal manner.
The contractor shall also make such special arrangements as the engineer may approve where power lines are
to be crossed.
No additional payments will be made for the erection of the line conductors over roads, railways and
communication circuits, or over or under existing power lines which have been dead for the time being.
The contractor shall include in his price for stringing, the pruning and cutting branches.
1.2 LABELS
With reference to Figure 29 the numbering of the structures will typically be as follows:
All material will be UV resistant.
Substrate will be a 1mm thick galvanized steel plate typically 1,260 x 120mm with three sets of
slots for mounting purposes.
Background will be bright yellow powder coating.
The lettering will be 75 x 75mm and made from 3M Scotchcal.
After applying the letter the whole plate will be sealed with a clear powder coating.
Each pole number will be strapped to the pole with three stainless steel straps, underneath each
circuit, and shall not obscure the number in any way.
With reference to Figure 30 the phase identification plate will typically be as follows:
All material will be UV resistant.
Substrate will be a 1mm thick galvanized steel plate typically 230mm in diameter with one set of
slots for mounting purposes.
Background will be bright red, yellow and blue powder coating.
The lettering will be 150mm high and 100mm wide and made from 3M Scotchcal.
After applying the letter the whole plate will be sealed with a clear powder coating.
The phase identification discs will be strapped to the pole with one stainless steel strap typically at
the first pole from the substation, and shall not obscure the number in any way.
Section VII. Employer’s Requirements – Lot 3 Part 2-293
33 36 170 70 25
Section VII. Employer’s Requirements – Lot 3 Part 2-295
18.2.2 Clearances
The clearances specified in Table 8 shall be used in the design of the substation layout.
Table 8 Electrical Clearances
Minimum Electrical
Voltages Minimum Working Clearance in mm
Clearance in mm
To the nearest part, not
To Nearest
System Nominal System Highest Phase-to- Phase-to- at earth potential, of an
Unscreened live
Voltage Voltage Earth Phase insulator supporting a
conductor in air
( kV) ( kV) (mm) (mm) live conductor
(mm)
(mm)
33 36 320 320 2,750 2,450
18.2.4.2 Clamps
Moulded aluminium clamps suitable rated will be used to make the connections to and from busbars and
equipment. Bolted clamps are preferred to crimped clamps for maintenance purposes.
The clamp assemblies shall be installed and torqued in accordance with the manufacturer’s specifications.
Part 2-296 Section VII. Employer’s Requirements – Lot 3
All conductors shall be cleaned to a shiny finish with a steel brush at the point where the conductor clamps
are to be applied.
An anti-oxidation compound shall be applied on all conductor and earthing connections, before clamps are
installed. This must be included for in the unit rates.
Clamps sizes shall be correctly specified for all connections. No modification to clamps, conductors or filling
of gaps will be allowed. It is the contractor’s responsibility to ensure that clamps fit correctly on existing
equipment.
Due to space constraints, the busbar isolator will be the same as the existing which is a single side break and
installed in the same position as the other busbar isolators.
All shaft movements shall be facilitated by means of roller or ball bearings. The centre insulator shall rotate
with the contact arm. Contacts shall be silver plated and spring loaded. Contacts shall be designed in such a
way that current will not pass through any springs used in the contact.
Insulators used for isolators, shall be tested in accordance with IEC 60383.
Mechanical and electrical interlock systems will be incorporated. Earthing switches shall not close when
isolators are still closed or line voltage transformers are still alive.
All isolating operating handles shall be equipped with suitable flexible earths connected to the steel support
structure (and to the main earth grid).
A white board shall be mounted against the wall of the substation. The size of the white board will
be 1,200mm x 1,000mm.
For DC distribution refer to the “LTDRP Protection Detail Design Specification– 111233-40-SPE-
EE-0005”.
at his own risk and, should tests fail, then the Contractor must remove both the layer being tested and those
placed above it, all at his own expense. Unless otherwise specified, embankments and fills shall be compacted
to a minimum relative dry density of 91% Mod AASHTO.
Embankments shall be constructed as far as is reasonable in layers parallel to the formation and to the full
width corresponding to the height at which the work is being carried out from time to time. In no circum-
stances may a narrow portion of the embankment be constructed first and material "side-tipped" to make up
the specified width.
Density tests must be taken on every layer at a frequency of one for every 1000 m² of area. The specified
density is a minimum so the Contractor must aim to achieve a higher density than the minimum specified.
The substation platform is existing. All new work should be done taking into consideration any above or sub-
soil services.
The yard must be cleaned from any vegetation after completion.
Any excavations on the existing platform must be re-compacted in layers not exceeding 150mm to the original
density value which is typically 95% MODAASHTO.
If fill material is required, it must be G5 to G7 material with a neutral Ph. value and a low electrical resistivity
≤100Ωm. The use of dump rock from mining activities will not be accepted.
18.5.3 Buildings
18.5.3.1 Main substation building
The existing building will be used for the new 33kV feeder protection panel and thus no alterations required.
The internal electrical works will be in accordance with the latest international standards and must be included
as part of the building construction.
The contractor must evaluate the building and ensure that it is water and dust tight. This will include but not
be limited to fixing water leaks in the roof, installing removable dust filters on all the louvered doors, fixing
broken windows etc.
Normal lighting on the inside of the building will be done by the installation of 1.2m double tube
fluorescent light fittings.
The lights will be controlled with an ON/OFF switch located on the inside of each door.
The light fittings will be mounted horizontally against the walls at 1m from the ceiling.
The emergency lighting design must be done according to IEC standards and to the levels provided in Table
12
Emergency lights will be of the same kind as the normal lights.
The lights will be controlled with an ON/OFF switch located on the inside of each door. The switch
must be distinguishable from the normal light switch.
The light fittings will be mounted horizontally against the walls at 1m from the ceiling.
The lighting in each room shall be provided with a separate emergency light switch and timer, 0 –
30 minutes. This timer shall only switch the emergency lights.
Emergency lights shall be self-contained units, fitted with internal power packs and inverters to
operate independently from the emergency switch. The batteries in the lights shall be charged under
normal power conditions.
Table 12: Required illumination
LEVEL
LOCATION
(LUX)
Offices and control desks 800
Emergency lighting 5
The required lighting levels is specified in Table 12. Outdoor lighting shall be provided by luminaires with
LED lamps, installed on lighting towers. There shall be ladders on the lighting towers to access the
luminaires, with a safety cage around the ladder above 2 m.
The outdoor yard lighting must comply with international standards. A detailed lighting study must be
performed by the Contractor to provide the appropriate lux levels in the substation yard. The required lighting
Section VII. Employer’s Requirements – Lot 3 Part 2-301
levels should be 20lux on the operating positions and a general average lighting level of the yard must be
approximately 10lux.
The yard lighting will be installed on the new 14m lighting mast to be installed in the yard as indicated on
the drawing as well as the existing lighting mast. The lighting supply must be taken from the outdoor AC
distribution board where the control mechanism for the lighting must be housed.
The power supply cable to the masts is to be buried, and the steel armouring is only to be earthed on one side
of the cable to prevent circulating currents in the armouring. The foundation must have two sleeves at
opposite ends of the foundation to make provision for the supply cable. The contractor must prove that the
combined positioning of the masts will provide cover.
STANDARD DESCRIPTION
Description Detail
Design Parameters
Design Standard IEEE 80 -2000
Yard stone layer resistivity (100mm) 3,000 ohm.m
Body Weight 50kg
Max. fault clear time 0.5s
Max. System Voltage 132kV
Earth Fault Current 50% of Maximum Earth Fault
Depth of earth grid 1 meter below terrace ground level
Earth material – Equipment Bare Annealed Cu
Earthing material size:
Earthing Grid 10mm round Cu
Connections 50x3mm Cu strap
Wenner method.
Soil resistivity measurements 5 Readings at electrode spacing of 1, 2, 4, 8 and 16
meter
Soil Model Typical 2 layer
Safety Parameters
Earth Grid Resistance < 1 ohm
Touch Potential limit 703V
Step Potential Limit 2,349V
Ground Potential Rise Limit 5,000V
18.5.11Concrete Foundations
The slump test shall be done for each new batch of concrete in the presence of the engineer. The slump for
this application should typically be 50 – 100mm.
All equipment shall be mounted on support structures, secured on concrete bases by means of 24mm
galvanized anchor bolts. The length of the bolt shall suit the application. Anchor bolts must protrude at least
80mm above the finished level of the concrete and shall be provided with two nuts and two washers to allow
for levelling of the structures.
The gaps under the structures must be filled with an approved grout mix after the structures have been levelled
out.
Concrete bases shall be designed for a soil bearing pressure of 150kPa or higher as catered for in the costing;
this however is dependent on in-situ testing for each excavation. Support foundations must be redesigned and
adapted for soil condition with a bearing pressure lower than 150kPa. Pad and chimney foundations shall be
used for substation equipment support structures in soil, and alternative designs may be proposed for hard
rock.
The Contractor will be required to carry out a geotechnical investigation, with special attention to the
positions of the gantries, transformers and the building.
Concrete bases shall be finished smoothly above the platform compacted level and shall protrude 150mm
above the finished ground level. This will allow the foundations to protrude ± 50mm above the 100mm yard
stone cover. All foundations shall have 45º chamfer along the entire edge.
Section VII. Employer’s Requirements – Lot 3 Part 2-305
Earth connections on all foundations shall be made to a dedicated position on the structure. The foundation
anchor bolts may not be used as a connection point.
All new foundations will be provided with a 45º chamfer.
18.5.12Equipment Labels
The substation currently has very little equipment labels and signs. The contractor shall replace all safety
signs and install labels on all the structures new and existing. The proposed label set must be submitted to the
engineer for approval before the order is placed.
Labels shall conform to international standards. All equipment in the substation will be supplied with new
labels. The following guidelines shall be followed.
Each piece of electrical equipment shall be provided with a designation label, manufactured from 1.5mm
sheet steel and shall be coated in vitreous enamel, and shall be orange with black letters. Uniformity of the
labels will be a priority. Labels will be fixed to structures by means of galvanized bolts and nuts.
Table 15 Guideline for the installation of Substation Labels
Optical fibres — Polarization mode dispersion measurement techniques for single-mode optical
IEC 61941
fibres
IEC 61282-3 Fibre-optic communication system design guides. Calculation of polarization mode dispersion
1. Conductor - Copper.
2. Conductor screen – Extruded semi-conductive layer.
3. Insulation – XLPE.
4. Core screen - Extruded free strippable semi-conductive layer.
5. Semi-conductive numbered tape - 1, 2 and 3 Printed on alternative cores.
6. Metallic screen - Copper tape.
7. Filler material – Pre-formed plastic.
8. Binder tape.
9. Inner sheath.
10. Armouring – Galvanized steel wire for three-core cables and Aluminium wire for single core cables.
For radial water blocking install water swellable tapes below and above armouring.
11. Outer sheath – Polyethylene.
20.2 EXCAVATIONS
Existing services will be pointed out to the contractor as far and as accurate as possible with the information
that is available, however the responsibility will remain with the contractor to find and safely expose all
existing services by hand. The contractor must survey the proposed route to determine the optimal placement
of the cable with regards to obstacles, road crossings and existing services, as follows:
Part 2-308 Section VII. Employer’s Requirements – Lot 3
Cross cuts must be done at 50m intervals by hand to determine the position and depth of all existing
services to plan the trench route before excavation commences.
The contractor must also make use of a non-invasive cable detection system first to survey the route
and determine the least congested area. Survey implies as many runs in as many directions as is
required to cover the whole pavement.
Due to the amount of existing services the unit rates must make provision for the most efficient way
of exposing these services without damages. The use of compressed air excavation tools like an
“Air Knife” or similar must be provided for in the unit rates for excavations.
Tarred road surfaces are not to be damaged. All road crossings must be drilled.
Classification of soil will be done as follows:
Hard/dense soil
Generally, any soil which requires the close application of picks, jumpers or scarifiers to loosen; for
example stiff clay, gravel and cobble stone.
Note: Cobble stone is rock fragments usually rounded or semi-rounded having maximum diameter
in any direction between 80mm and 300mm.
Note: The mere fact that the contractor resorts to blasting to loosen the material shall not mean that
it will be classified as hard rock.
All railway lines plus all tarred roads are to be crossed with sleeves by boring (drilling) underneath to a depth
of at least 1.5m into which the cable is to be laid. Sleeves are to be strong enough not to buckle under the
load of the ground above, and correctly sized for the cable. In addition to these sleeves at crossings, cable
manholes will be constructed on either side of each crossing. This will be done by means of brick and mortar
and at the same depth as the accompanying cable trench. The design of the manhole must make provision to
keep out any ground water but the use of a subsoil drain can be considered. The top of the manhole must be
a minimum of 300mm above NGL. All power cables, spare sleeves, as well as the fibre-optic cable on the
same route, will enter the manhole. All subsoil entries into the manhole will be sealed watertight. The
manholes must be positioned to act as a transition point where a change in direction can be done. Lockable
watertight lids must also be provided, the size of which must be able to cater for both power and fibre optic
during installation.
Where the cable is installed along a tarred road and crosses a dirt road that might become a tarred road sleeves
must be installed for each cable plus one spare. The unit rate for sleeves will make provision for joint
couplings as well as end-caps where require.
It is preferred that trenches not be left open overnight. If it is unavoidable, however, the contractor must, as
a minimum, install orange trench barrier netting. The netting must be a bright orange colour, a minimum of
1.2m high and supported every 2m by a wooden or iron pole of 1.5m to prevent injury to passers-by. In areas
where the open excavation is not very well lit, the contractor may, in addition to the netting, make use of red
strobe lights positioned in intervals of 5m. The contractor remains responsible for safety in and around the
open excavation until it is backfilled.
200mm x 6m Sleeves must be installed for each individual MV cable at each of the substations where the
cable enters substation underneath the fence and onto the platform.
20.4 BACKFILLING
Backfilling of trenches shall not commence without inspection.
Backfilling shall be done with soil suitable to ensure settling without voids. No large stones or rocks shall be
present in the backfill material for the first section above the blanket layer as per the design. Thereafter all
soil used for backfilling shall pass through an 80mm mesh to ensure that the maximum allowable diameter
of stones present in the backfill material is 75mm.
The material to be utilised for compacted backfill shall be deposited in horizontal layers having a thickness
of not more than 300mm before being compacted. In backfilling, the bedding on top of the cable shall be
covered first with a 200mm layer of well graded material containing no pieces larger than 20mm, before any
coarse material is deposited.
The distribution of materials shall be such that the compacted material will be homogeneous to secure the
best practicable degree of compaction, impermeability and stability.
Part 2-310 Section VII. Employer’s Requirements – Lot 3
Prior to and during compaction operations, the backfill materials shall have the optimum moisture content
required for the purpose of compaction, and the moisture content shall be uniform throughout the layers.
The material shall be compacted by compaction machines to a minimum of 95% MOD AASHTO.
Compaction certificates will be required.
Surplus material shall be removed from site and suitably disposed of.
On completion, the surface shall be prepared to match the surrounding area. In the case of roadways or paved
areas the excavations shall be consolidated to the original stability and the surface finish reinstated.
During the installation of the cable, the drum shall be mounted on a suitable sized cable trolley. Under no
circumstances will the drum be laid flat, the cable uncoiled and the coils rolled along the trenches.
Cables shall have heat shrink end caps fitted and will stay on until the joints and terminations are made.
Cable rollers shall have no sharp projecting parts liable to damage the cables.
Where cables have to be drawn around corners, well-lubricated skid plates shall be used. The skid plates
shall be securely fixed between rollers and shall constantly be examined during cable laying operations.
Where cables have to be drawn through sleeves or ducts, a suitable cable sock shall be used and particular
care shall be exercised to avoid abrasion, elongation or distortion of any kind.
The maximum allowable tension when pulling a cable is 70N/mm2 of conductor area. The contractor remains
responsible to confirm the limitations of the cable from his supplier. It will be assumed that the price or rates
contained in the tender includes for the installation of cables in pipes and ducts or below existing or newly
installed services. The Engineer shall be informed timeously of the intention to carry out all cable laying
operations to allow an inspection of the works if so required.
The cable shall be installed using a winch and care shall be taken not to exceed the maximum permissible
pulling force specified by the manufacturer.
Where conditions are particularly difficult, the continuous bond pulling method shall be used.
The maximum permissible bending radius of a cable is typically fifteen times the cable diameter. This must
be confirmed in the technical schedules according to a specific supplier’s requirements. Any damage resulting
from ignoring this value will be rectified by the contractor at his own expense to the satisfaction of the
engineer.
20.7.1 General
The joints and terminations shall be type tested, with the cable in order to prove compatibility as follows:
IEC 60502 for 33kV cables
The Cu conductors shall be jointed together using an approved conductor jointing process.
Joints and terminations shall be supplied with all necessary material required for making the joints or
terminations in their entirety. The equipment for each joint and termination shall be packed in a separate case
with step by step instructions and drawings included.
All joints and terminations will only be performed by certified tradesmen, the credentials of whom must be
available on site.
Remove water blocking material from within the conductors with care before inserting into lugs and
connectors for crimping.
Where a visual representation of the phase rotation colours are required for MV cables it shall be:
L1 – R(red)
L2 – Y(yellow)
L1 – B(blue)
Part 2-312 Section VII. Employer’s Requirements – Lot 3
20.7.2 Terminations
Heat shrinkable termination kits shall be used for terminations.
The conductors of the cable shall be connected directly to the switchgear bus-bars in the cable terminal boxes
with cable lugs. The conductors shall be soldered properly to the cable lugs.
When cutting away insulation from cable conductors to fit into lugs, care shall be taken that no strands are
left exposed. Under no circumstances may any of the conductor strands be cut away to fit into lugs.
Suitable lugs shall be used and preferably be solidly seated to cable conductor ends. Lugs may be crimped
using mechanical, hydraulic or pneumatic tools specifically designed for this purpose. Under no
circumstances may a lug be crimped by means of a hammer and/or punch.
Lugs crimped to Cu shall be subjected to thorough inspection with relation to material and quality of crimping
by the engineer.
Contact surfaces shall be thoroughly cleaned and smoothed and fixing bolts shall match the hole size of the
lug and shall be manufactured of cadmium plated tensile steel.
The complete kit shall be packed in a container that is marked for the type of cable insulation and construction
as well as the voltage range for which the materials are suitable.
An illustrated set of instructions for the installation of the materials shall accompany the kit.
The terminations shall make minimal, if any, use of insulating or stress relieving tapes. The use of electrical
stress control and insulating tubing, heat-shrunk onto the terminations is preferred above the other methods.
The kits shall include suitable boots for the covering of the terminal studs on the equipment. The ends shall
be terminated strictly in accordance with the termination manufacturer's specification and shall withstand the
same test voltage as the rest of the cable.
The heat-shrinkable and other materials used for the terminations shall be of high quality and shall retain their
electrical and mechanical properties without deterioration.
Terminations shall be made of a material that gives lasting protection against ultraviolet radiation.
The cores of all cables terminated shall be completely covered with a shrunk-on protective layer against
surface tracking, ultra-violet radiation and weathering.
Cables shall be terminated in accordance with the recommendations laid down by the manufacturers of the
cables and the terminations employed.
C. DRAWINGS
DRAWING NUMBERS DESCRIPTION
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0001 33kV HARDWARE
STRAIN ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0002 33kV HARDWARE
INTERMEDIATE ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0003 33kV HARDWARE
JUMPER SUPPORT ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0004 SHIELD WIRE HARDWARE
INTERMEDIATE ASSEMBLY DRAWING
STEEL MONOPOLE
111233-0000-DRG-CE-DE-0005 SHIELD WIRE HARDWARE
STRAIN ASSEMBLY DRAWING
MATERO 33/11KV SUBSTATION
111233-0000-DRG-EE-GA-0002
GENERAL ARRANGEMENT
MATERO 33/11KV SUBSTATION
111233-60-DRG-EE-SL-0026
33/11kV SINGLE LINE DIAGRAM GENERAL ARRANGEMENT
INDUSTRIAL TO MUNGWI TO LIVERPOOL TO MATERO 33 KV
111233-IND/MAT-PP-1 SHT 1-14 DISTRIBUTION LINEIndustrial to Mungwe to Liverpool to Matero33 kV
Distribution Line
AURECON STANDARD DRAWINGS
AUR-OHL-EAR-MP-001 TYPICAL EARTHING ARRANGEMENT FOR PAD AND CHIMNEY
STRUCTURE
TERMINAL POLE EARTHED
GH9727
33kV STRUCTURE FOR 200mm² & 300mm² ACSR
SECTION ANGLE POLE CONSTRUCTION
GH9728
33kV EARTHED STRUCTURE FOR 200mm² & 300mm² ACSR
INTERMEDIATE POLE EARTHED
GH9729
33kV CONSTRUCTION FOR 200mm² & 300mm² ACSR
POLE MOUNTED CABLE TERMINATION
ZAM-GEN-41-G-12827
33kV UNDERGROUND CABLE
ZAM-GEN-DE-G-12831 33kV STAYS
33kV OVERHEAD LINE
ZAM-GEN-DM-08-G-12260
DISK INSULATOR SUSPENSION ASSEMBLY
33kV OVERHEAD LINE
ZAM-GEN-DM-08-G-12270
DISC STRAIN ASSEMBLY
Section VII. Employer’s Requirements – Lot 3 Part 2-315
D. SUPPLEMENTARY
INFORMATION
Attached specifications:
1. LTDRP SCADA Detail Design Specification – 111233-40-SPE-EE-0003.
2. LTDRP Telecommunications Detail Design Specification – 111233-40-SPE-EE-0004.
4. ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment.
5. ZESCO LTDRP - ENVIRONMENTAL AND SOCIAL MANAGEMENT PLAN_ 1st Draft.
E. SCHEDULE OF TECHNICAL
REQUIREMENTS
Tenders must complete this schedule in detail as insufficient data may invalidate a tender.
Tenderers shall only offer equipment as called for in the specifications as part of their main offer. Alternatives
shall be listed separately from these Tender documents.
Where such alternative equipment is offered subject to final approval, the Tenderer shall submit detailed
information to enable the Engineer to evaluate the equipment with the tender. If the information submitted
is not adequate to satisfy the Engineer that the equipment is acceptable such an alternative offer will not be
considered.
Part 2-318 Section VII. Employer's Requirements
___________________________________________________________________________________________________________________________________________________
LTDRPP4
Name of Bidder
Lot 3 Rev 5
Section____________________________________________________________________________________________________________________________________________
VII. Employer's Requirements Part 2-319
Instructions to Bidders
Modification of any part of the Technical Schedules might result in the misplacement of information which is crucial for successful Bid evaluation. Bidders
should follow and adhere to the following rules and guidelines in completing the Technical Schedules:
1 Make sure it is the latest Revision of the Technical Schedules which might have been submitted as an Addendum.
2 Bidders need to keep the format of the Technical Schedules exactly the same as the original:
a. Do not add, delete or insert any columns
b. Do not add, delete or insert any rows. Make use of the space provided under Additional Items which can be
found in the different sections of this Technical Schedules
c. Do not change any fonts or formatting
3 Do not change any headings or equipment descriptions. Use the Additional Items sections if necessary.
4 Do not change any Worksheet names or add delete/add any Worksheets
5 Do not change the name of the Spreadsheet.
6 Do not copy and paste values, please make sure information provided is accurate according to the specified equipment
This Technical Schedules must be submitted in Excel format with the Bidding Documents. The Schedules must be submitted on flash disk in a clearly
marked envelope indicating the following information: Tender number, LOT number, Description and Bidder's name. The envelope must be attached to
the cover page of Volume 1.
Before the Technical Schedules are submitted make sure of the following:
10 There are no passwords in the Excel document which prevents the contents of the document from being opened
11 The Bidder's Name is provided in the space provided on the front page
12 The CD or memory stick used for the submission is clearly marked with the Bidder's name
13 The CD or memory stick is properly attached to the Bidding document
Lot 1 Rev 5
Part 2-320 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
TECHNICAL SCHEDULES
Table of Contents
Lot 3 Rev 5
Section VII. Employer's Requirements Part 2-321
_______________________________________________________________________________________________________
Tenders must complete this schedule in detail as insufficient data may invalidate a tender.
Tenderers shall only offer equipment as called for in the specifications as part of their main offer. Alternatives shall be listed
separately from these Tender documents.
Where such alternative equipment is offered subject to final approval, the Tenderer shall submit detailed information to enable
the Engineer to evaluate the equipment with the tender. If the information submitted is not adequate to satisfy the Engineer that
the equipment is acceptable such an alternative offer will not be considered. Where Bidders choose to submit more than one
supplier for the same equipment, the Employer has the right to choose which equipment the Bidder should supply.
The provided typical 132kV, 33kV and 11kV combined control, protection and telecommunication panels shall be strictly used
The technical schedule below should be completed in conjunction with the following:
- LTDRP SCADA Detail Design Specification - Document No. 111233-40-SPE-0003
- LTDRP Telecommunication Detail Design Specification - Document No. 111233-40-SPE-0004
- LTDRP Protection Detail Design Specification - Document No. 111233-40-SPE-0005
- ZESCO Technical Specifications for Telecommunications Optical Line Terminal Access Equipment
Lot 3 Rev 5
Part 2-322 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 3 Rev 5
Section VII. Employer's Requirements Part 2-323
_______________________________________________________________________________________________________
Lot 3 Rev 5
Part 2-324 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 3 Rev 5
Section VII. Employer's Requirements Part 2-325
_______________________________________________________________________________________________________
Lot 3 Rev 5
Part 2-326 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 3 Rev 5
Section VII. Employer's Requirements Part 2-327
_______________________________________________________________________________________________________
Lot 3 Rev 5
Part 2-328 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 3 Rev 5
Section VII. Employer's Requirements Part 2-329
_______________________________________________________________________________________________________
Lot 3 Rev 5
Part 2-330 Section VII. Employer's Requirements
_______________________________________________________________________________________________________
Lot 3 Rev 5
Section VII. Employer’s Requirements 2-331
Date:
Loan/Credit No:
IFB No:
______________________________
To: _________________________________
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.
Title
(Project Manager)
Section VII. Employer’s Requirements 2-333
Date:
Loan/Credit No:
IFB No:
_________________________________________
To: ________________________________________
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.
Title
(Project Manager)
2-334 Section VII. Employer’s Requirements
Date:
Loan/Credit No:
IFB No:
CONTENTS
1. General
2. Change Order Log
3. References for Changes
ANNEXES
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 GC Clause 39
(Change in the Facilities) of the General Conditions.
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.
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:
(b) The above number “nnn” is the same for Request for Change, Estimate for
Change Proposal, Acceptance of Estimate, Change Proposal and Change
Order.
2-336 Section VII. Employer’s Requirements
(Employer’s Letterhead)
Attention: ______________________________________
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 ____________________ .
5. Facilities and/or Item No. of equipment related to the requested Change: _____________
(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.
4
Costs shall be in the currencies of the Contract.
Section VII. Employer’s Requirements 2-337
(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)
2-338 Section VII. Employer’s Requirements
(Contractor’s Letterhead)
Attention: _______________________________
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 GC
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 GC Sub-Clause 39.2.2, is required
before estimating the cost for change work.
5
Costs shall be in the currencies of the Contract.
Section VII. Employer’s Requirements 2-339
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
2-340 Section VII. Employer’s Requirements
(Employer’s Letterhead)
Attention: ________________________________
We hereby accept your Estimate for Change Proposal and agree that you should proceed with
the preparation of the Change Proposal.
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 GC Clause 39 of the General Conditions.
(Employer’s Name)
(Signature)
(Contractor’s Letterhead)
Attention: _______________________________
(Amount)
2
Specify where necessary.
2-342 Section VII. Employer’s Requirements
(d) Subcontracts
12. Validity of this Proposal: within [Number] days after receipt of this Proposal by the
Employer
(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.
Section VII. Employer’s Requirements 2-343
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
2-344 Section VII. Employer’s Requirements
(Employer’s Letterhead)
Attention: _______________________________
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 GC Clause 39 of the General Conditions.
5. Authorized Price:
(Employer’s Letterhead)
Attention: _______________________________
We instruct you to carry out the work in the Change Order detailed below in accordance with
GC Clause 39 of the General Conditions.
(Employer’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
Section VII. Employer’s Requirements 2-347
(Contractor’s Letterhead)
Attention: _______________________________
We hereby propose that the below-mentioned work be treated as a Change in the Facilities.
8. Appendix:
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)