Professional Documents
Culture Documents
1
TANZANIA ELECTRIC SUPPLY COMPANY LIMITED
1. This Invitation for Tenders follows the General Procurement Notice for this
Project which appeared in TANePS and PPRA Portal on 23rd July,2021.
2. The Government of United Republic of Tanzania has set aside funds for the
operation of the Tanzania Electric Supply Company Limited (TANESCO)
during the financial year 2020-2021. It is intended that part of the proceeds of
the fund will be used to cover eligible payment under the contract for the
Supply,Installation and Commissioning of 90/120MVA,220/33kV Transformer
Complete with Switchgear at Msamvu Substation for Lot 1 and
Supply,Installation and Commissioning of 90/120MVA,220/33kV Transformer
Complete with Switchgear at Bulyanhulu Substation Lot 2.
4. Tenderer may quote one or all lots but award will be single or combinations of
lots based on evaluation results to responsiveness of the Tender requirements.
5. Interested eligible Tenderers may obtain further information from and inspect
the Tendering Documents on TANePS through www.taneps.go.tz.
2
6. All tenders must be accompanied by original tender security in any freely
convertible currency equivalent to TZS. 90,000,000.00 per lot (Tanzania Shillings
Ninety Million) in the form of Bank Guarantee or banker’s cheque from
reputable bank and confirmed by local bank-for international companies) or
Collable insurance bond from reputable insurer and shall be valid up to twenty-
eight (28) days from expiration of bid validity period.
MANAGING DIRECTOR
TANZANIA ELECTRIC SUPPLY COMPANY LTD
3
SECTION II: INSTRUCTIONS TO TENDERERS
4
Table of Contents
A. Introduction ............................................................................................................................. 1
1.Scope of Tender………………………………………………………... ............................. 1
2. Source of Funds ................................................................................................................... 1
3. Eligible Tenderders ............................................................................................................. 2
4. Eligible Plant, Equipment and Services ........................................................................... 4
5. One Tender per Tenderder ................................................................................................ 5
6. Cost of Tendering.............................................................................................................. 12
7. Site Visit and Pre-Tender Meeting.................................................................................... 5
5
35. Determination of Lowest Evaluated Tender ............................................................... 39
36.Post-qualification of Tenderer ........................................................................... 39
6
A. Introduction
Or
7
In the case of a joint venture, consortium, or
association, unless otherwise specified in the
TDS, all parties shall be jointly and severally
liable for the execution of the Contract in
accordance with the Contract terms. The joint
venture, consortium, or association shall nominate
a Lead Member as specified in the TDS, who shall
have the authority to conduct all business for and
on behalf of any and all the members of the joint
venture, consortium, or association during the
tendering process and, in the event the joint
venture, consortium, or association is awarded the
Contract, during contract execution. Unless
specified in the TDS, there is no limit on the
number of members in a joint venture,
consortium, or association.
8
submitted the lowest evaluated Tender the
successful Tenderer shall register with the
appropriate statutory body and shall be required
to submit evidence of registration as an approved
Service Provider in Tanzania before signing the
Contract. Foreign firms shall be required to
submit confirmation of eligibility from Tanzania
statutory bodies at the time of submission.
3.7 A Tenderer shall not have a conflict of interest.
All Tenderers Tenderers found to have a conflict
of interest shall be disqualified. A Tenderer may
be considered to have a conflict of interest with
one or more parties in this Tendering process, if
they:
9
g) Participated as a consultant in the
preparation of the design or technical
specifications of the supplies and related
installations that are the subject of the
Tender.
3.8 Firms and individuals may be ineligible if –
(a) such person is declared bankrupt or, in the
case of company or firm, insolvent;
(b) payments in favour of the person, company
or firm is suspended in accordance with the
judgment of a court of law other than a
judgment declaring bankruptcy and
resulting, in accordance with the national
laws, in the total or partial loss of the right to
administer and dispose of its property;
(c) legal proceedings are instituted against such
person, company or firm involving an order
suspending payments and which may result,
in accordance with the national laws, in a
declaration of bankruptcy or in any other
situation entailing the total or partial loss of
the right to administer and dispose of the
property;
(d) the person, company or firm is convicted, by
a final judgment, of any offence involving
professional conduct;
(e) the person or company is debarred and
blacklisted in accordance with section 62 of
the Act or ineligible in accordance with
section 84(7) of the Act, from participating in
public procurement for corrupt, coercive,
collusive, fraudulent or obstructive practices,
failure to abide with a Tender Securing
Declaration, breach of a procurement
contract, making false representation about
his qualifications during tender proceeding or
other grounds as may be deemed necessary
by the Authority company or firm is found
guilty of serious misrepresentation with
regard to information required for
participation in an invitation to tender or to
submit proposals.
10
only if they are legally and financially
autonomous, if they operate under commercial
law, are registered by the relevant registration
boards or authorities and if they are not a
dependent agency of the Government.
3.10 Tenderers shall provide to the PE evidence of
their eligibility, proof of compliance with the
necessary legal, technical and financial
requirements and their capability and, adequacy
of resources to carry out the contract effectively.
11
Equipment and Machinery related services the
Tenderer should fill the Country of origin
declarations in the price schedule including the
form of Tender.
5. One Tender 5.1 A firm shall submit only one Tender, in the same
per Tenderer Tendering process, either individually as a
Tenderer or as a partner in a joint venture.
5.2 No firm can be a subcontractor while submitting a
Tender individually or as a partner of a joint
venture in the same Tendering process.
5.3 A firm, if acting in the capacity of subcontractor in
any Tender, may participate in more than one
Tender but only in that capacity.
5.4 A Tenderer who submits or participates in more
than one Tender (other than as a subcontractor or
in cases of alternatives that have been permitted or
requested) will cause all the proposals in which the
Tenderer has participated to be disqualified
6. Cost of 6.1 The Tenderer shall bear all costs associated with
Tendering the preparation and submission of its Tender, and
the PE will in no case be responsible or liable for
those costs, regardless of the conduct or outcome
of the Tendering process, except in the
circumstances described in Section 97(5) (f) of the
Public Procurement Act No. 7 of 2011 as amended
in 2016.
7. Site Visit and 7.1 The Tenderer, at the Tenderer’s own responsibility
Pre Tender and risk, is advised to visit and examine the site on
Meeting which service(s) are to be provided and obtain for
itself all information that may be necessary for
preparing the tender and entering into a Contract
for supply and installing of the goods. The costs of
visiting the Site shall be at the Tenderer’s own
expense.
7.2 The PE may conduct a site visit and a pre-Tender
meeting whose purpose shall be to clarify issues
and to answer questions on any matter that may be
raised at that stage.
7.3 The Tenderer’s designated representative is
invited to attend site visit and a pre-Tender
meeting which, if convened, will take place at the
venue and timei stipulated in the TDS.
7.4 The Tenderer is requested as far as possible, to
submit any questions in writing, or by electronic
means to reach the PE before the pre-Tender
12
meeting. It may not be practicable at the meeting
to answer all questions, but questions and
responses will be transmitted in accordance with
ITT 7.5.
7.5 Minutes of the pre-Tender meeting, including the
text of the questions raised and the responses
given together with any responses prepared after
the pre-Tender meeting will be transmitted within
the time stated in the TDS to all purchasers of the
Tendering documents. Any modification of the
Tendering documents listed in ITT 8.1 that may
become necessary as a result of the pre-Tender
meeting shall be made by the PE exclusively
through the issue of an Addendum pursuant to
ITT 10.2 and not through the minutes of the pre-
Tender meeting.
7.6 Non-attendance during site visit or pre-Tender
meeting will not be a cause for disqualification of a
Tenderer.
13
Form of Completion Certificate
Form of Operational Acceptance Certificate
Section XII – Integrity
Undertaking by Tenderer on Anti –
Bribery/Code of Conduct and Compliance
Program
8.2 The number of copies to be completed and returned
with the Tender is specified in the TDS
8.3 The Invitation for Tenders (Section I) issued by the
PE is not part of the Tendering Documents. In case
of discrepancies between the Invitation for Tender
and the Tendering Documents listed in ITT 8.1
above, said Tendering Documents will take
precedence.
8.4 The PE is not responsible for the completeness of
the Tendering Documents and their addenda, if
they were not obtained directly from the
appropriate Tender Board.
8.5 The Tenderer is expected to examine all instructions,
forms, terms, specifications and other information in
the Tendering documents. Failure to furnish all
information required by the Tendering documents
or submission of a Tender not substantially
responsive to the Tendering documents in every
respect will be at the Tenderer’s risk and may result
in rejection of its Tender.
9. Clarification 9.1 A prospective Tenderer requiring any clarification
of Tendering of the Tendering Documents may notify the PE in in
Documents writing or in electronic forms that provide record of
the content of communication at the PE's address
indicated in the TDS prior to the deadline for the
submission of Tenders prescribed in ITT 23.1.
9.2 The PE will within three (3) working days after
receiving the request for clarification respond in
writing or in electronic forms that provide record of
the content of communication to any request for
clarification provided that such request is received
no later than the seven (7) working days prior to the
deadline for the submission of competitive Tenders
prescribed in ITT 23.1 and in the case of non-
competitive methods, three (3) days prior to the
deadline.
14
deadline for submission of Tenders.
9.3 Copies of the PE's response will be forwarded to all
Purchasers of the Tendering documents, including
a description of the inquiry, but without identifying
its source.
9.4 Should the PE deem it necessary to amend the
Tendering documents as a result of a clarification, it
shall do so following the procedure under ITT 10.
10. Amendment 10.1 Before the deadline for submission of Tenders, the
of Tendering PE, for any reason, whether at its own initiative or
Documents in response to a clarification requested by a
prospective Tenderer, may modify the Tendering
documents by issuing addenda.
10.2 Any addendum thus issued shall be part of the
Tendering documents pursuant to ITT 8.1 and shall
be communicated in writing or in electronic forms
that provide record of the content of
communication to all who have obtained the
Tendering documents directly from the PE.
Prospective Tenderers shall acknowledge receipt of
each addendum by cable to the PE.
10.3 In order to allow prospective Tenderers reasonable
time in which to take an addendum into account in
preparing their Tenders, the PE, at its discretion,
may extend the deadline for the submission of
Tenders, pursuant to ITT 23.2.
C. Preparation of Tenders
11. Language of 11.1 The Tender prepared by the Tenderer, as well as all
Tender correspondence and documents relating to the Tender
exchanged by the Tenderer and the PE shall be written
in the language specified in the TDS. Supporting
documents and printed literature furnished by the
Tenderer may be in another language provided they are
accompanied by an accurate translation of the relevant
passages in the language specified in the TDS, in which
case, for purposes of interpretation of the Tender, the
translation shall govern.
12. Documents 12.1 The Tender prepared by the Tenderer shall constitute
Constituting the following components:
the Tender
a) Form of Tender and a Price Schedule completed in
accordance with ITTs 15, 16, and 17;
15
b) documentary evidence established in accordance
with ITT 14 that the Tenderer is eligible to Tender
and is qualified to perform the contract if its Tender
is accepted;
13. Documents 13.1 Pursuant to ITT 12, the Tenderer shall furnish, as part
Establishing of its Tender, documents establishing the eligibility and
Eligibility of conformity to the Tendering documents of all supplies
Supplies and and related installations which the Tenderer proposes
Related to supply under the contract.
Installations
and 13.2 The documentary evidence of the eligibility of the goods
Conformity to and related installation shall consist of a statement in the
Tendering Price Schedule of the country of origin of the goods and
Documents services offered which shall be confirmed by a certificate
of origin issued at the time of shipment.
13.3 The documentary evidence of conformity of the supplies
and related installations to the Tendering documents
may be in the form of literature, drawings, and data, and
shall consist of:
16
b) an item-by-item commentary on the PE’s Technical
Specifications demonstrating substantial
responsiveness of the Goods and Services to those
specifications, or a statement of deviations and
exceptions to the provisions of the Technical
Specifications;
17
a) that, in the case of a Tenderer offering to supply
goods under the contract which the Tenderer did not
manufacture or otherwise produce, the Tenderer has
been duly authorized by the goods’ Manufacturer or
producer to supply the goods in the United Republic
of Tanzania;
e) equipment capabilities.
18
15. Form of 15.1 The Tenderer shall fill the Form of Tender furnished in
Tender the Tendering documents. The Form of Tender must be
completed without any alterations to its format and no
substitute shall be accepted.
16. Tender Prices 16.1 Unless otherwise specified in the Technical
Specifications, Tenderers shall quote for the entire
facilities on a “single responsibility” basis such that the
total Tender price covers all the Contractor’s obligations
mentioned in or to be reasonably inferred from the
Tendering documents in respect of the design,
manufacture, including procurement and subcontracting
(if any), delivery, construction, installation and
completion of the facilities. This includes all
requirements under the Contractor’s responsibilities for
testing, pre-commissioning and commissioning of the
facilities and, where so required by the Tendering
documents, 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 Tendering documents, all in accordance
with the requirements of the General Conditions of
Contract. Items against which no price is entered by the
Tenderer will not be paid for by the PE when executed
and shall be deemed to be covered by the prices for
other items.
16.2 Tenderers are required to quote the price for the
commercial, contractual and technical obligations
outlined in the Tendering documents. If a Tenderer
wishes to make a deviation, such deviation shall be
listed in Attachment 6 of its Tender. The Tenderer shall
also provide the additional price, if any, for withdrawal
of the deviations.
16.3 Tenderers shall give a breakdown of the prices in the
manner and detail called for in the Price Schedules.
Where no Price Schedules are included in the Tendering
documents, Tenderers shall present their prices in the
following manner:
19
Parts) Supplied from within the United
Republic of Tanzania
Schedule No. 3 Local Transportation
Schedule No. 4 Installation Services
Schedule No. 5 Grand Summary (Schedule Nos. 1 to 4)
Schedule No. 6 Recommended Spare Parts
20
then the transport cost from the named place of
destination to project site for Schedule No.1 shall
be also included here.]
21
material indexes in the said corresponding
Appendix.
17. Tender 17.1 The unit rates and prices shall be quoted by the Tenderer
Currencies entirely in Tanzania shillings or in foreign currencies or
both as indicated in the TDS.
22
the Tenderers to extend the period of validity for a
specified additional period. The request and the
Tenderers' responses shall be made in writing or in
electronic forms that provide record of the content of
communication. A Tenderer may refuse the request
without forfeiting its Tender security or causing to be
executed its Tender securing declaration. A Tenderer
agreeing to the request will not be required or permitted
to otherwise modify the Tender, but will be required to
extend the validity of its Tender security or Tender
Securing declaration for the period of the extension, and
in compliance with ITT 19 in all respects.
18.3 In the case of fixed price contracts, if the award is
delayed by a period exceeding sixty (60) days beyond
the expiry of the initial Tender validity period, the
contract price may be adjusted by a factor specified in
the request for extension. The Tender evaluation shall be
based on the Tender price without taking into
consideration on the above correction.
19. Tender Security 19.1 Pursuant to ITT 12, unless otherwise specified in the
or Tender TDS, the Tenderer shall furnish as part of its Tender, a
Securing Tender Security in original form and in the amount and
Declaration currency specified in the TDS or Tender Securing
Declaration as specified in the format provided in the
Section VIII.
19.2 The Tender security or Tender securing declaration is
required to protect the PE against the risk of Tenderers
conduct which would warrant the security’s forfeiture,
pursuant to ITT 19.9.
19.3 The Tender security shall be denominated in the
currency of the Tender or in another freely convertible
currency, and shall be in one of the following forms:
23
b) a cashier’s or certified check.
a) if a Tenderer
24
b) in the case of a successful Tenderer, if the Tenderer
fails:
25
Schedule of Requirements, in terms of technical
performance, price, operating costs or any other
benefit.
20.3 A Tenderer may submit both a main Tender which
conforms precisely to the Schedule of Requirements and
an alternative Tender.
20.4 Where a Tenderer submits more than one Tender, each
Tender shall be submitted as a completely separate
Tender and shall conform to the instructions for
preparation and submission of Tenders in its own right,
without any reliance on any other Tender. In particular,
each Tender shall be separately signed, authorized,
sealed, labeled and submitted in accordance with the
instructions for submission of Tenders and shall be
accompanied by a separate Security, if so required. Such
Tenders shall be labeled “Main Tender” and
“Alternative Tender”.
20.5 The evaluation of alternative Tenders shall use the same
methodology, criteria and weights as the evaluation of
main Tenders, except that the detailed technical
evaluation shall take into account only the objectives
and/or performance requirements prescribed in the
Schedule of Requirements.
21. Format and 21.1 The Tenderer shall prepare an original and the number
Signing of of copies of the Tender indicated in the TDS, clearly
Tender marking each “ORIGINAL” and “COPY,” as
appropriate. In the event of any discrepancy between
them, the original shall prevail.
21.2 The original and the copy or copies of the Tender shall
be typed or written in indelible ink and shall be signed
by the Tenderer or a person or persons duly authorized
to sign on behalf of the Tenderer. This authorization
shall consist of a written confirmation as specified in the
TDS and shall be attached to the Tender. The name and
position held by each person signing the authorization
must be typed or printed below the signature. All pages
of the Tender, except for un-amended printed literature,
shall be initialed by the person or persons signing the
Tender.
21.3 Any interlineations, erasures, or overwriting shall be
valid only if they are signed or initialed by the person or
persons signing the Tender.
21.4 The Tenderer shall furnish information as described in
the Form of Tender on commissions or gratuities, if any,
paid or to be paid to agents relating to this Tender and
to contract execution if the Tenderers awarded the
26
contract
D. Submission of Tenderss
22 Sealing and 22.1 The Tenderer shall seal the original and each
Marking of copy of the Tender in separate envelopes, duly
Tenderss marking the envelopes as “ORIGINAL” and
“COPY.” The envelopes shall then be sealed in
an outer envelope securely sealed in such a
manner that opening and resealing cannot be
achieved undetected.
22.2 The inner and outer envelopes shall:
27
and Tenderers previously subject to the deadline
will thereafter be subject to the new deadline.
23.3 The extension of the deadline for submission of
Tenders shall not be made later than the period
specified in the TDS before the expiry of the
original deadline.
24. Late Tenders 24.1 The PE shall not consider for evaluation any
Tender that arrives after the deadline for
submission of Tenders, in accordance with ITT 23.
24.2 Any Tender received by the PE after the deadline
for submission of Tenders shall be declared late,
rejected and returned unopened to the Tenderer.
28
Tender during this interval shall result in the
Tenderers forfeiture of its Tender Security or
execution of the Tendering Securing Declaration,
pursuant to the ITT 19.9
29
offered by a Tenderer which is not read out at
Tender opening shall not be considered further.
26.5 Tenderers are advised to send in a representative
with the knowledge of the content of the Tender
who shall verify the information read out from the
submitted documents. Failure to send a
representative or to point out any un-read
information by the sent Tenderers representative
shall indemnify the PE against any claim or
failure to read out the correct information
contained in the Tenderers Tender.
26.6 No Tender will be rejected at Tender opening
except for late Tenders which will be returned
unopened to the Tenderer, pursuant to ITT 24.
30
matter related to the Tendering process, it should
do so in writing or in electronic forms that
provides record of the content of communication.
31
b) limits in any substantial way, inconsistent
with the Tendering documents, the PE's
rights or the Tenderers obligations under
the Contract; or
32
f) failure to comply with minimum
experience criteria as specified in the
tendering documents;
j) subcontracting in a substantially
different amount or manner than that
permitted;
33
the basic functions for which it is
intended;
30. Technical 30.1 The PE will carry out a detailed evaluation of the
Evaluation Tenders previously determined to be substantially
responsive in order to determine whether the
technical aspects are in accordance with the
requirements set forth in the Tendering
documents. In order to reach such a
determination, the Employer will examine and
compare the technical aspects of the Tenders on
the basis of the information supplied by the
Tenderers, taking into account the following
factors:
34
into consideration.
30.2 Where alternative technical solutions have been
permitted and offered in Attachment 7 to the
Tender, the PE will make a similar evaluation of
the alternatives, which will be treated in the
technical and commercial evaluations as if they
were base Tenders. Where alternatives are not
permitted, but have in any event been offered,
they shall be ignored.
31. Correction of 31.1 Tenders determined to be substantially responsive
Errors will be checked for any arithmetic errors. Errors
will be corrected by the Employer as follows:-
35
(a) in Tanzanian shillings at the selling
exchange rate established for similar
transactions by the Bank of Tanzania or
a commercial bank in the United
Republic of Tanzania
or
36
(a) the cost of all quantifiable deviations
and omissions from the contractual and
commercial conditions and the Technical
Specifications as identified in
Attachment 6 to the Tender, and other
deviations and omissions not so
identified
37
fair comparison of Tenders.
38
be added to the Tender price for
evaluation.
39
the duration of the contract. Such costs
shall be added to the Tender price for
evaluation.
40
manufactured, grown, mined or extracted
within the United Republic of Tanzania, for
which:
(i) labor, raw materials, and components from
the United Republic of Tanzania account for
more than thirty (30) percent of the EXW
price of the goods offered; and
(ii) the production facility in which they will be
manufactured, assembled or processed has
been engaged in manufacturing, assembling
or processing such goods at least since the
time of Tender submission.
41
34.8 If the Group A Tender in the further
comparison is the lowest, it will be selected
for award. If not, the lowest evaluated
Tender from Group C, as determined from
the comparison under ITT 34.7 above, will be
selected for award.
35 Determination 35.1 The Tender with lowest evaluated price from
of Lowest amongst those which are eligible, complaint and
Evaluated substantially responsive shall be the lowest
Tender evaluated Tender.
36. Post- 36.1 If pre-qualification was not undertaken, post-
qualification of qualification shall be performed as indicated in
Tenderer the TDS.
42
(d) The Accounting Officer (PE) shall seek the
approval of the Authority prior to rejecting
a tender;
43
F. Award of Contract
37. Criteria of 37.1 Subject to ITT 36 and 38, the PE will award the
Award Contract to the Tenderer whose Tender has been
determined to be substantially responsive to the
Tendering documents and who has offered the
lowest Evaluated Tender Price, provided that
such Tenderer has been determined to be
(a) eligible in accordance with the provisions of
ITT 3, and
(b) is determined to be qualified to perform the
Contract satisfactorily
(c) Successful negotiations have been concluded, if
any.
37.2 If, pursuant to ITT 14.4, this Contract is being let
on a slice and package” basis, the lowest
evaluated Tender price will be determined when
evaluating this Contract in conjunction with other
Contracts to be awarded concurrently, taking into
account any discounts offered by the Tenderers
for award of more than one Contract.
38 Negotiations 38.1 Negotiations may be undertaken with the lowest
evaluated Tender relating to the following areas:
(a) a minor alteration to the technical details
of the statement of requirements;
(b) reduction of quantities for budgetary
reasons, where the reduction is in excess
of any provided for in the solicitation
documents;
(c) a minor amendment to the special
conditions of Contract;
(d) finalizing payment arrangements;
(e) delivering arrangements;
(f) the methodology or
(g) Clarifying details that were not apparent
or could not be finalised at the time of
Tenderding.
(h) reduction of price
38.2 Where negotiation fails to result into an
agreement, the PE may invite the next ranked
Tenderer for negotiations. Where negotiations are
commenced with the next ranked Tenderer, the
44
PE shall not reopen earlier negotiations.
39. Procuring 39.1 Notwithstanding ITT 37, the PE reserves the right
Entities’ Right to accept or reject any Tender, and to annul the
to Accept Any Tendering process and reject all Tenders at any
Tender and to time prior to contract award, without thereby
Reject Any or incurring any liability to the affected Tenderer or
All Tenders Tenderers.
39.2 Notice of the rejection of all Tenders shall be given
promptly to all Contractors that have submitted
Tenders.
39.3 The PE shall upon request communicate to any
Tenderer the grounds for its rejection of its
Tenders, but is not required to justify those
grounds.
40. Procuring 40.1 The PE reserves the right at the time of Contract
Entities’ Right award to increase or decrease by the percentage
to Vary indicated in the TDS, the quantity of goods and
Quantities at services beyond that originally specified in the
the Time of Schedule of Requirements without any change in
Award unit price or other terms and conditions.
41. Notification of 41.1 Prior to awarding of the contract, the PE shall
Award issue a notice of intention to award the contract to
all tenderers who participated in the tender in
question giving them seven (7) working days
within which to submit complaints to the PE
thereof, if any.
45
41.4 Upon the successful Tenderers furnishing of the
performance security pursuant to ITT 43, the PE
will promptly notify each unsuccessful Tenderer,
the name of the successful Tenderer and the
contract amount and discharge the Tender
security or Tender declaration of the Tenderers
pursuant to ITT 19.7.
41.5 If, after notification of award, a Tenderer wishes
to ascertain the grounds on which its Tender was
not selected, it should address its request to the
Secretary of the appropriate Tender board that
authorized the award of Contract. The Secretary
of appropriate Tender Board will promptly
respond in writing or in electronic forms that
provide record of the content of communication to
the unsuccessful Tenderer.
42. Signing the 42.1 Promptly after notification of award, Procuring
Contract Entity shall send the successful Tenderer the draft
Agreement, incorporating all terms and
conditions as agreed by the parties to the contract.
42.2 Within fourteen (14) working days after
fulfillment of all conditions precedent, the
successful Tenderer and the PE shall sign the
Contract.
43. Performance 43.1 Within fourteen (14) working days after receipt of
Security the Letter of Acceptance, the successful Tenderer
shall deliver to the PE a Performance Security in
the amount and in the form stipulated in the TDS
and the SCC, denominated in the type and
proportions of currencies in the Letter of
Acceptance and in accordance with the
Conditions of Contract.
43.2 If the Performance Security is provided by the
successful Tenderer, it shall be in any of the
following forms:
46
an irrevocable letter of credit issued by a
foreign bank, the letter shall be confirmed or
authenticated by a reputable local bank;
(c) bank guarantee confirmed by a reputable
local bank or, in the case of a successful
foreign tenderer, bonded by a foreign bank;
or
(d) surety bond callable upon demand issued by
any reputable surety or insurance company.
47
Practices of such contracts. In pursuance of this policy, the
Government.
48
collusive, fraudulent or obstructive practices
in competing for the contract;
49
proceedings may seek a review in accordance
with the procedure set out under this Section.
48. Time Limit on 48.1 The Tenderer shall submit an application for
Review review within seven (7) working days of him
becoming or should have become aware of the
circumstances giving rise to the complaint or
dispute.
49. Submission of 49.1 Any application for administrative review shall be
Application for submitted in writing or in electronic forms that
Review provide record of the content of communication to
the Accounting Officer of a PE and a copy shall be
served to the Public Procurement Regulatory
Authority (PPRA) at the address shown in the
TDS in writing or in electronic forms that provide
record of the content of communication Tender
49.2 The application for administrative review shall
include:
(a) details of the procurement or disposal
requirements to which the complaint relates;
50
(b) the reasons for the decision; and
any corrective measures to be taken;
50.2 Where the head of the PE does not issue a
decision within the time specified in ITT 50.1, the
supplier, or asset buyer submitting the complaint
or dispute or the PE shall be entitled immediately
thereafter to institute proceedings under ITT 51.1
and upon instituting such proceedings, the
competence of the head of PE to entertain the
complaint or dispute shall cease.
51 Review by the 51.1 Complaints or disputes which-
Public
Procurement a) are not settled within the specified period
Appeals under ITT 50.1 [above];
Authority
b) are not amicably settled by the accounting
officer;
51
SECTION III: TENDER DATA SHEET
Tender Data Sheet
The following tender-specific data for the plant and equipment to be procured
shall amend and/or supplement the provisions in the Instructions to Tenderers
(ITT). Whenever there is a conflict, the provisions herein shall prevail over those
in the ITT.
BDS Clause ITB Amendments of, and Supplements to, Clauses in
Clause the Instruction to Tenderers
A: INTRODUCTION
or
52
3. 3.1 Joint Venture is: Not Applicable
C: PREPARATION OF TENDERS
53
following documents must be included with the
Tender are: -
i. company registration certificates;
ii. valid & relevant business license;
iii. Bid Security of the amount specified;
iv. Notarized Power of Attorney in the format
provided in Section VIII of Tender Document;
54
11 14.3 (b) The qualification criteria required from Tenderers in
ITB Clause 14.3(b) is modified as follows:
Experience and Technical Capacity
i. Qualification and experience of key personnel
proposed for administration and execution of
the Contract as per form of qualification
ii. Technical capability as per Form of
Qualification – Section VIII;
iii. Manufacturer experience required on major
equipment is 20 years in manufacturing of
transformer and 15 years in manufacturing of
switchgear of similar size and voltage level or
above
iv. Contractor experience required is three (3)
major complete project in similar nature as
prime contractor in design, installation and
commissioning of high voltage power
transformer within Ten years
v. Attach detailed Concept design
vi. Complete form of qualification information
and attach all necessary evidences as
requested
Note.
The information about the contracts listed in the Bid shall
include at least the materials/ equipment supplied, its
quantity, services provided, contract value, contact
information of the buyers whom the Purchaser may
contact for buyers’ references.
Legal capacity: -
-Provide an evidence showing your fulfillment of
legal obligations to pay taxes;
-have not convicted for an offence involving fraud,
Corruption and dishonesty;
-have a legal capacity to enter into a contract
Terms of Payment (GCC Clause 12)
12. 16.5 The price shall be: fixed
13. 17.1 (a) For goods offered from abroad the price quoted shall
be: DDP Prices Msamvu Substation for Lot 1 and
Bulyanhulu Substation Lot 2, in any freely
convertible currencies. And all price quotation and
payment shall be made in any freely convertible
currency.
17.1 (b) Local transportation, insurance and other services
incidental to delivery of the goods covered under
ITT sub-Clause 16.4 (c) and installation services
covered under ITT sub-Clause 16.4 (d): Shall be
quoted in Tanzania Shillings.
55
17.1 (c) Goods covered under ITT sub-Clause 16.4 (b) to be
supplied from within the United Republic of
Tanzania: Shall be quoted in Tanzanian Shillings.
14. 18.1 The tender validity period shall be: 120 days.
15. 19.1 Amount of tender security is: TZS. 90,000,000.00 per each
Lot (Ninety Million) in the form of bank guarantee or
banker’s cheque from reputable bank and confirmed by
local Bank - for International companies) / Collable
Insurance Bond from reputable Insurer and shall be valid
up to twenty-eight (28) days from expiration of bid
validity period for each Lots.
*The original Tender Security will be submitted
physically to TANESCO offices on or before
deadline for submission of tender as shown in the
address below:
TANESCO Offices;
Umeme Park Building, 3rd Floor, Room No. 305,
Box 9024, Ubungo Dar es salaam.
Email: rehema.shabani@tanesco.co.tz
Note: Non – compliance to the requirements of tender
securing shall result into automatic rejection.
D: SUBMISSION OF TENDERS
18. 22.2 (a) The PE's address for the purpose of tender
submission is. www.taneps.go.tz
22.2 (b) The inner and outer envelopes shall: Not Applicable
56
19. 23.1 The deadline for submission of tenders shall be on
date and time prescribed in the TANePS.
21. 30.1 (d) The following additional criteria will be used in the
evaluation in the manner stated and to the extent
indicated in the Tender Data Sheet under ITB 33.3
(f): Not Applicable
22. 32.2 Currency chosen for the purpose of converting to a
common currency is: Tanzania Shillings.
57
specified in (i).
33.4 (d) Functional guarantees
(i) Minimum (or maximum) functional guarantees as per
technical specifications
(ii) The value committed in the responsive tender with the
most performing functional guarantees.
33.4 (f) Additional details, as appropriate, on the evaluation
method or reference to the Technical Specifications:
Compliance to technical specifications
29. 44.1 The Advance Payment shall be limited to: 10% of the
contract price against submission of the advance
bank guarantee of the same amount
31. 49.1
The address to submit of complaints:
Managing Director,
Tanzania Electric Supply Company Ltd,
Plot 114, Block G.
Dar es Salaam Road,
P.O Box 453,
Dodoma,
Tanzania.
Email: md.tanesco@tanesco.co.tz
Website: www.tanesco.co.tz
32. 51.2
The address for Appeal to PPAA:
59
1 Madaraka Street,
P.O.Box 9310,
11468 Dar es Salaam.
Telephone +255 22 2120451 Mobile:+255743505505
Fax + 255 022 2120460
Email: info@ppaa.go.tz or es@ppaa.go.tz
Website www.ppaa.go.tz
60
SECTION IV: GENERAL CONDITIONS OF CONTRACT
61
Table of Clauses
C. Payment .................................................................................................................................. 16
11. Contract Price .................................................................................................................. 16
12. Terms of Payment ........................................................................................................... 16
13. Securities .......................................................................................................................... 17
14. Taxes and Duties ............................................................................................................. 18
62
F. Guarantees and Liabilities .................................................................................................. 45
26. Completion Time Guarantee........................................................................................... 45
27. Defect Liability .................................................................................................................. 47
28. Functional Guarantees ..................................................................................................... 49
29. Patent Indemnity .............................................................................................................. 51
30. Limitation of Liability ...................................................................................................... 52
63
A. Contract and Interpretation
65
“Contractor’s Representative” means any
person nominated by the Contractor and named
as such in the SCC and approved by the
Employer in the manner provided in GCC 17.2
(Contractor’s Representative and Construction
Manager) hereof to perform the duties
delegated by the Contractor.
66
kinds to be provided and incorporated in the
Facilities by the Contractor under the Contract
(including the spare parts to be supplied by the
Contractor under GCC 7.3 hereof), but does not
include Contractor’s Equipment.
67
“Time for Completion” means the time within
which Completion of the Facilities as a whole
(or of a part of the Facilities where a separate
Time for Completion of such part has been
prescribed) is to be attained in accordance with
the specifications in the SCC and the relevant
provisions of the Contract.
68
by the Employer of the Facilities (or any part of
the Facilities where the Contract provides for
acceptance of the Facilities in parts), which
certifies the Contractor’s fulfillment of the
Contract in respect of Functional Guarantees of
the Facilities (or the relevant part thereof) in
accordance with the provisions of GCC 28
(Functional Guarantees) hereof and shall
include deemed acceptance in accordance with
GCC 25 (Commissioning and Operational
Acceptance) hereof.
69
(3) Conditions of Contract,
(4) Letter of Acceptance,
(5) Certificate of Contract Commencement
(6) Specifications,
(7) Drawings,
(8) Bill of Quantities,
(9) Contractor's Tender, and
Any other document listed in the Special Conditions
of Contract as forming part of the Contract.
2.4 Persons
Words importing persons or parties shall include
firms, corporations and government entities.
2.5 Incoterms
Unless inconsistent with any provision of the
Contract, the meaning of any trade term and the
rights and obligations of parties there under shall be
as prescribed by Incoterms.
2.7 Amendment
No amendment or other variation of the Contract
shall be effective unless it is in writing, is dated,
70
expressly refers to the Contract, and is signed by a
duly authorized representative of each party hereto.
2.10 Non-Waiver
2.10.1 Subject to GCC 2.10.2 below, no relaxation,
forbearance, delay or indulgence by either
party in enforcing any of the terms and
conditions of the Contract or the granting of
time by either party to the other shall
prejudice, affect or restrict the rights of that
71
party under the Contract, nor shall any waiver
by either party of any breach of Contract
operate as waiver of any subsequent or
continuing breach of Contract.
2.11 Severability
If any provision or condition of the Contract is
prohibited or rendered invalid or unenforceable,
such prohibition, invalidity or unenforceability shall
not affect the validity or enforceability of any other
provisions and conditions of the Contract.
3.Conditions 3.1 Having signed the Contract, it shall come into effect
Precedent on the date on which the following conditions have
been satisfied:-
72
satisfied (except to the extent waved by him, but
subject to such conditions as he shall impose in
respect of such waiver) he shall promptly issue to
the contractor a certificate of Contract
commencement, which shall confirm the start date.
73
given under the Contract.
5. Language and 5.1 The language of the Contract and the law governing
Law the Contract are stated in the SCC.
7. Fees and Cost of 7.1 The rate of the Adjudicator’s fee and administrative
Adjudicators costs of adjudication shall be borne equally by the
F Parties. The rates and costs shall be in accordance
e with the rules of the Appointing Authority. In
conducting adjudication to its finality each party shall
bear its incurred costs and expenses.
74
provisions of the Contract, a new Adjudicator will be
appointed by the Appointing Authority
75
if such work and/or items and materials were
expressly mentioned in the Contract.
76
the date twenty-eight (28) days prior to tender
submission. The Contractor acknowledges that any
failure to acquaint itself with all such data and
information shall not relieve its responsibility for
properly estimating the difficulty or cost of
successfully performing the Facilities.
9.3 The Contractor shall acquire in its name all permits,
approvals and/or licenses from all local, state or
national government authorities or public service
undertakings in the United Republic of Tanzania
where the Site is located that are necessary for the
performance of the Contract, including, without
limitation, visas for the Contractor’s and
Subcontractor’s personnel and entry permits for all
imported Contractor’s Equipment. The Contractor
shall acquire all other permits, approvals and/or
licenses that are not the responsibility of the
Employer under GCC 10.3 hereof and that are
necessary for the performance of the Contract.
9.4 The Contractor shall comply with all laws in force in
the United Republic of Tanzania and local by laws
where the Facilities are installed and where the
Installation Services are carried out. The laws will
include all local, state, national or other laws that
affect the performance of the Contract and bind
upon the Contractor. The Contractor shall
indemnify and hold harmless the Employer from
and against any and all liabilities, damages, claims,
fines, penalties and expenses of whatever nature
arising or resulting from the violation of such laws
by the Contractor or its personnel, including the
Subcontractors and their personnel, but without
prejudice to GCC 10.1 hereof.
9.5 Any Plant, Material and Services that will be
incorporated in or be required for the Facilities and
other supplies shall have their origin as specified
under GCC 1 (Country of Origin).
9.6 The Contractor shall permit the PE to inspect the
Contractor’s accounts and records relating to the
performance of the Contractor and to have them
audited by auditors appointed by the PE, if so
required by the PE
12. Employer’s 10.1 The Employer shall ensure the accuracy of all
77
Responsibilities information and/or data to be supplied by the
Employer as described in the corresponding
Appendix (Scope of Works and Supply by the
Employer) to the Contract, except when otherwise
expressly stated in the Contract.
10.2 The Employer shall be responsible for acquiring and
providing legal and physical possession of the Site
and access thereto, and for providing possession of
and access to all other areas reasonably required for
the proper execution of the Contract, including all
requisite rights of way, as specified in the
corresponding Appendix (Scope of Works and
Supply by the Employer) to the Agreement. The
Employer shall give full possession of and accord all
rights of access thereto on or before the date(s)
specified in that Appendix.
10.3 The Employer shall acquire and pay for all permits,
approvals and/or licenses from all local, state or
national government authorities or public service
undertakings in the United Republic of Tanzania.
Such authorities or undertakings require the
Employer to obtain them in the Employer’s name,
are necessary for the execution of the Contract (they
include those required for the performance by both
the Contractor and the Employer of their respective
obligations under the Contract), and are specified in
the corresponding Appendix (Scope of Works and
Supply by the Employer) to the Agreement.
78
qualified operating and maintenance personnel;
shall supply and make available all raw materials,
utilities, lubricants, chemicals, catalysts, other
materials and facilities; and shall perform all work
and services of whatsoever nature, including those
required by the Contractor to properly carry out
Pre-commissioning, Commissioning and Guarantee
Tests, all in accordance with the provisions of the
corresponding Appendix (Scope of Works and
Supply by the Employer) to the Agreement at or
before the time specified in the programme
furnished by the Contractor under GCC 18.2 hereof
and in the manner thereupon specified or as
otherwise agreed upon by the Employer and the
Contractor.
C. Payment
79
Price, which shall, except as otherwise provided for
in the Contract, cover all its obligations under the
Contract.
14 Terms of 12.1 The Contract Price shall be paid as specified in the
. Payment corresponding Appendix (Terms and Procedures of
Payment) to the Agreement. The procedures to be
followed in making application for and processing
payments shall be those outlined in the same
Appendix.
12.2 No payment made by the Employer herein shall be
deemed to constitute acceptance by the Employer of
the Facilities or any part(s) thereof.
12.3 In the event that the Employer fails to make any
payment by its respective due date or within the
period set forth in the Contract, the Employer shall
pay to the Contractor interest on the amount of such
delayed payment at the rate(s) shown in the
corresponding Appendix (Terms and Procedures of
Payment) to the Agreement for the period of delay
until payment has been made in full, whether before
or after judgment or arbitrage award.
80
accordance with the corresponding Appendix
(Terms and Procedures of Payment) to the
Agreement, and in the same currency or
currencies.
81
freely convertible currency acceptable to the
Employer, and shall be in one of the forms of
bank guarantees provided in the tendering
documents, as stipulated by the Employer in
the SCC, or in another form acceptable to the
Employer.
82
United Republic of Tanzania, the Employer shall use
its best endeavors to enable the Contractor to benefit
from any such tax savings to the maximum
allowable extent.
14.4 For the purpose of the Contract, it is agreed that the
Contract Price specified in Article 2 (Contract Price
and Terms of Payment) of the Form of Agreement is
based on the taxes, duties, levies and charges
prevailing at the date twenty-eight (28) days prior to
the date of tender submission in the United Republic
of Tanzania (hereinafter called “Tax” in this GCC
14.4). If any rates of Tax are increased or decreased,
a new Tax is introduced, an existing Tax is
abolished, or any change in interpretation or
application of any Tax occurs in the course of the
performance of Contract, which was or will be
assessed on the Contractor, Subcontractors or their
employees in connection with performance of the
Contract, an equitable adjustment of the Contract
Price shall be made to fully take into account any
such change by addition to the Contract Price or
deduction there from, as the case may be, in
accordance with GCC 36 hereof.
D. Intellectual Property
15 Patent and 15.1 The Supplier shall indemnify the PE against all
. Copyright third-party claims of infringement of patent,
trademark, or industrial design rights arising from
use of the Goods or any part thereof in the United
Republic of Tanzania.
83
. Information confidential and shall not, without the written
consent of the other party hereto, divulge to any
third party any documents, data or other
information furnished directly or indirectly by the
other party hereto in connection with the Contract,
whether such information has been furnished prior
to, during or following termination of the
Contract. Notwithstanding the above, the
Contractor may furnish to its Subcontractor(s)
such documents, data and other information it
receives from the Employer to the extent required
for the Subcontractor(s) to perform its work under
the Contract, in which event the Contractor shall
obtain from such Subcontractor(s) an undertaking
of confidentiality similar to that imposed on the
Contractor under this GCC 16.
16.2 The Employer shall not use such documents, data
and other information received from the
Contractor for any purpose other than the
operation and maintenance of the Facilities.
Similarly, the Contractor shall not use such
documents, data and other information received
from the Employer for any purpose other than the
design, procurement of Goods, construction or
such other work and services as are required for
the performance of the Contract.
84
confidentiality given by either of the parties hereto
prior to the date of the Contract in respect of the
Facilities or any part thereof.
16.5 The provisions of this GCC 16 shall survive
termination, for whatever reason, of the Contract.
85
Employer in writing to approve the person
so appointed. If the Employer makes no
objection to the appointment within Seven
(7) working days, the Contractor’s
Representative shall be deemed to have been
approved. If the Employer objects to the
appointment within Seven (7) working days
giving the reason thereof, then the
Contractor shall appoint a replacement
within Seven (7) working days of such
objection, and the foregoing provisions of
this GCC 17.2.1 shall apply thereto.
86
or revocation shall be subject to a prior
notice signed by the Contractor’s
Representative, and shall specify the
powers, functions and authorities thereby
delegated or revoked. No such delegation
or revocation shall take effect unless and
until a copy thereof has been delivered to
the Employer and the Project Manager.
Any act or exercise by any person of powers,
functions and authorities so delegated to
him or her in accordance with this GCC
17.2.3 shall be deemed to be an act or
exercise by the Contractor’s Representative.
87
17.2.6 If any representative or person employed by
the Contractor is removed in accordance
with GCC 17.2.5, the Contractor shall, where
required, promptly appoint a replacement.
88
with GCC 40, and shall submit all such revisions to
the Project Manager.
89
in the Contract.
90
been approved by the Project Manager or not,
provided that such discrepancies, errors or
omissions are not because of inaccurate
information furnished in writing to the Contractor
by or on behalf of the Employer.
91
Manager’s approval thereof.
GCCs 20.3.2 through 20.3.7 shall apply to those
documents requiring the Project Manager’s
approval, but not to those furnished to the Project
Manager for its review only.
92
disapproval by the Project Manager of any
document and/or any modification(s)
thereto that cannot be settled between the
parties within a reasonable period, then such
dispute or difference may be referred to an
Adjudicator for determination in accordance
with GCC 6.1 hereof. If such dispute or
difference is referred to an Adjudicator, the
Project Manager shall give instructions as to
whether and if so, how, performance of the
Contract is to proceed. The Contractor shall
proceed with the Contract in accordance
with the Project Manager’s instructions,
provided that if the Adjudicator upholds the
Contractor’s view on the dispute and if the
Employer has not given notice under GCC
6.1.2 hereof, then the Contractor shall be
reimbursed by the Employer for any
additional costs incurred by reason of such
instructions and shall be relieved of such
responsibility or liability in connection with
the dispute and the execution of the
instructions as the Adjudicator shall decide,
and the Time for Completion shall be
extended accordingly.
93
already approved document and/or in any
document based thereon, the provisions of GCC
39 shall apply to such request.
94
apply to defective items that have been
repaired.
21.3 Transportation
21.3.1 The Contractor shall at its own risk and
expense transport all the Goods and the
Contractor’s Equipment to the Site by the
mode of transport that the Contractor judges
most suitable under all the circumstances.
95
and the Contractor’s Equipment to the Site.
The Employer shall use its best endeavors
in a timely and expeditious manner to assist
the Contractor in obtaining such approvals,
if requested by the Contractor. The
Contractor shall indemnify and hold
harmless the Employer from and against
any claim for damage to roads, bridges or
any other traffic facilities that may be
caused by the transport of the Goods and
the Contractor’s Equipment to the Site.
96
to the reasonable satisfaction of the Project
Manager. If such error is based on incorrect
data provided in writing by or on behalf of
the Employer, the expense of rectifying the
same shall be borne by the Employer.
22.1.3 Labour:
97
to be employed on the Site into the
United Republic of Tanzania and in the
exact region where the Site is located.
98
without the Project Manager’s consent that
such Contractor’s Equipment is no longer
required for the execution of the Contract.
99
contractors employed by the Employer on or
near the Site.
100
connection with and during the execution of the
Contract, any protective or remedial work is
necessary as a matter of urgency to prevent
damage to the Facilities, the Contractor shall
immediately carry out such work.
101
own expense all lighting, fencing, and watching
when and where necessary for the proper
execution and the protection of the Facilities, or
for the safety of the owners and occupiers of
adjacent property and for the safety of the public.
23 Test and 23.1 The Contractor shall at its own expense carry out
. Inspection at the place of manufacture and/or on the Site all
such tests and/or inspections of the Goods and
any part of the Facilities as are specified in the
Contract.
102
23.3 Whenever the Contractor is ready to carry out any
such test and/or inspection, the Contractor shall
give a reasonable advance notice of such test
and/or inspection and of the place and time
thereof to the Project Manager. The Contractor
shall obtain from any relevant third party or
manufacturer any necessary permission or consent
to enable the Employer and the Project Manager
(or their designated representatives) to attend the
test and/or inspection.
103
shall either rectify or replace such Goods or part of
the Facilities and shall repeat the test and/or
inspection upon giving a notice under GCC 23.3.
105
operating and maintenance personnel have been
supplied by the Employer and the raw materials,
utilities, lubricants, chemicals, catalysts, facilities,
services and other matters have been provided by
the Employer in accordance with GCC 24.2, the
Contractor shall commence Pre-commissioning of
the Facilities or the relevant part thereof in
preparation for Commissioning.
106
defects and/or deficiencies within seven (7) days
after receipt of the Contractor’s repeated notice,
and the above procedure shall be repeated.
107
25.1.2 The Employer shall supply the operating
and maintenance personnel and all raw
materials, utilities, lubricants, chemicals,
catalysts, facilities, services and other
matters required for Commissioning.
108
(a) the Guarantee Test has been
successfully completed and the
Functional Guarantees are met; or
109
not issued the Operational Acceptance Certificate,
the Facilities or the relevant part thereof shall be
deemed to have been accepted as of the date of
the Contractor’s said notice.
25.4 Partial Acceptance
25.4.1 If the Contract specifies that Completion
and Commissioning shall be carried out in
respect of parts of the Facilities, the
provisions relating to Completion and
Commissioning including the Guarantee
Test shall apply to each such part of the
Facilities individually, and the Operational
Acceptance Certificate shall be issued
accordingly for each such part of the
Facilities.
110
part thereof. The aggregate amount of such
liquidated damages shall in no event exceed the
amount specified as “Maximum” in the SCC. Once
the “Maximum” is reached, the Employer may
consider termination of the Contract, pursuant to
GCC 42.2.2.
27 Defect Liability 27.1 The Contractor warrants that the Facilities or any
. part thereof shall be free from defects in the design,
engineering, materials and workmanship of the
Goods supplied and of the work executed.
111
date of Operational Acceptance of the Facilities (or
any part thereof), whichever first occurs, unless
specified otherwise in the SCC.
If during the Defect Liability Period any defect
should be found in the design, engineering,
materials and workmanship of the Goods supplied
or of the work executed by the Contractor, the
Contractor shall promptly, in consultation and
agreement with the Employer regarding appropriate
remedying of the defects, and at its cost, repair,
replace or otherwise make good (as the Contractor
shall, at its discretion, determine) such defect as well
as any damage to the Facilities caused by such
defect. The Contractor shall not be responsible for
the repair, replacement or making good of any
defect or of any damage to the Facilities arising out
of or resulting from any of the following causes:
112
27.4 The Employer shall give the Contractor a notice
stating the nature of any such defect together with
all available evidence thereof, promptly following
the discovery thereof. The Employer shall afford all
reasonable opportunity for the Contractor to inspect
any such defect.
113
Performance Security.
114
shall notify the Employer upon completion of the
necessary changes, modifications and/or additions,
and shall request the Employer to repeat the
Guarantee Test until the minimum level of the
Guarantees has been met. If the Contractor
eventually fails to meet the minimum level of
Functional Guarantees, the Employer may consider
termination of the Contract, pursuant to GCC 42.2.2.
115
. compliance with GCC 29.2, indemnify and hold
harmless the Employer and its employees and
officers from and against any and all suits, actions or
administrative proceedings, claims, demands, losses,
damages, costs, and expenses of whatsoever nature,
including attorney’s fees and expenses, which the
Employer may suffer as a result of any infringement
or alleged infringement of any patent, utility model,
registered design, trademark, copyright or other
intellectual property right registered or otherwise
existing at the date of the Contract by reason of: (a)
the installation of the Facilities by the Contractor or
the use of the Facilities in the United Republic of
Tanzania; and (b) the sale of the products produced
by the Facilities in United Republic of Tanzania.
116
defense of any such proceedings or claim.
117
G. Risk Distribution
32 Care of Facilities 32.1 The Contractor shall be responsible for the care and
. custody of the Facilities or any part thereof until the
date of Completion of the Facilities pursuant to
GCC 24 or, where the Contract provides for
Completion of the Facilities in parts, until the date
of Completion of the relevant part, and shall make
good at its own cost any loss or damage that may
occur to the Facilities or the relevant part thereof
118
from any cause whatsoever during such period.
The Contractor shall also be responsible for any loss
or damage to the Facilities caused by the Contractor
or its Subcontractors in the course of any work
carried out, pursuant to GCC 27. Notwithstanding
the foregoing, the Contractor shall not be liable for
any loss or damage to the Facilities or that part
thereof caused by reason of any of the matters
specified or referred to in paragraphs (a), (b) and (c)
of GCCs 32.2 and 38.1.
33 Loss of or Damage 33.1 Subject to GCC 33.3, the Contractor shall indemnify
. to Property; and hold harmless the Employer and its employees
Accident or Injury and officers from and against any and all suits,
to Workers; actions or administrative proceedings, claims,
Indemnification demands, losses, damages, costs, and expenses of
whatsoever nature, including attorney’s fees and
expenses, in respect of the death or injury of any
person or loss of or damage to any property (other
than the Facilities whether accepted or not), arising
in connection with the supply and installation of
the Facilities and by reason of the negligence of the
Contractor or its Subcontractors, or their
employees, officers or agents, except any injury,
death or property damage caused by the negligence
120
of the Employer, its contractors, employees, officers
or agents.
121
reduced.
122
owned by them) in connection with the
execution of the Contract.
123
its Subcontractor(s) shall take out and maintain in
effect adequate insurance policies for their
personnel and vehicles and for work executed by
them under the Contract, unless such
Subcontractors are covered by the policies taken out
by the Contractor.
124
Contract any premium that the Contractor shall
have paid to the insurer, or may otherwise recover
such amount as a debt due from the Employer. If
the Contractor fails to or is unable to take out and
maintain in effect any such insurances, the
Contractor shall nevertheless have no liability or
responsibility towards the Employer, and the
Contractor shall have full recourse against the
Employer for any and all liabilities of the Employer
herein.
35. Unforeseen 35.1 If, during the execution of the Contract, the
Conditions Contractor shall encounter on the Site any physical
conditions (other than climatic conditions) or
artificial obstructions that could not have been
reasonably foreseen prior to the date of the
Agreement by an experienced contractor on the
basis of reasonable examination of the data relating
to the Facilities (including any data as to boring
tests) provided by the Employer, and on the basis of
information that it could have obtained from a
visual inspection of the Site (if access thereto was
available) or other data readily available to it
relating to the Facilities, and if the Contractor
determines that it will in consequence of such
conditions or obstructions incur additional cost and
125
expense or require additional time to perform its
obligations under the Contract that would not have
been required if such physical conditions or
artificial obstructions had not been encountered, the
Contractor shall promptly, and before performing
additional work or using additional Goods or
Contractor’s Equipment, notify the Project Manager
in writing of
126
shall be extended in accordance with GCC 40.
36. Change in Laws and 36.1 If, after the date twenty-eight (28) days prior to the
Regulations date of Tender submission, in the United Republic
of Tanzania, any law, regulation, ordinance, order
or by-law having the force of law is enacted,
promulgated, abrogated or changed (which shall be
deemed to include any change in interpretation or
application by the competent authorities) that
subsequently affects the costs and expenses of the
Contractor and/or the Time for Completion, the
Contract Price shall be correspondingly increased
or decreased, and/or the Time for Completion shall
be reasonably adjusted to the extent that the
Contractor has thereby been affected in the
performance of any of its obligations under the
Contract. Notwithstanding the foregoing, such
additional or reduced costs shall not be separately
paid or credited if the same has already been
accounted for in the price adjustment provisions
where applicable, in accordance with the SCC.
37. Force Majeure 37.1 Force majeure shall include, without limitation, the
following:
127
restriction of power supply, epidemics,
quarantine and plague
128
(b) (subject to GCCs 32.2, 38.3 and 38.4) give rise to
any claim for damages or additional cost or
expense occasioned thereby
38. War Risks 38.1 “War Risks” shall mean any event specified in
paragraphs (a) and (b) of GCC 37.1 and any
explosion or impact of any mine, bomb, shell,
grenade or other projectile, missile, munitions or
explosive of war, occurring or existing in or near the
United Republic of Tanzania where the Site is
located.
129
Employer or any third party
130
any increased costs or incidentals to the execution
of the Contract that are in any way attributable to,
consequent on, resulting from, or in any way
connected with any War Risks, provided that the
Contractor shall as soon as practicable notify the
Employer in writing of any such increased cost.
131
unrelated work and that it is technically
practicable, taking into account both the state
of advancement of the Facilities and the
technical compatibility of the Change
envisaged with the nature of the Facilities as
specified in the Contract.
132
include the following:
133
for the valuation of the Change.
135
40. Extension of Time 40.1 The Time(s) for Completion specified in the SCC
for Completion shall be extended if the Contractor is delayed or
impeded in the performance of any of its
obligations under the Contract by reason of any of
the following:
136
period of such extension. In the event that the
Contractor does not accept the Employer’s estimate
of a fair and reasonable time extension, the
Contractor shall be entitled to refer the matter to an
Adjudicator, pursuant to GCC 6.1.
41. Suspension 41.1 The Employer may request the Project Manager, by
notice to the Contractor, to order the Contractor to
suspend performance of any or all of its obligations
under the Contract. Such notice shall specify the
obligation of which performance is to be suspended,
the effective date of the suspension and the reasons
thereof. The Contractor shall thereupon suspend
performance of such obligation (except those
obligations necessary for the care or preservation of
the Facilities) until ordered in writing to resume
such performance by the Project Manager.
137
the Contract under GCC 42.1.
41.2 If:
138
Completion shall be extended in accordance with
GCC 40.1, and any and all additional costs or
expenses incurred by the Contractor as a result of
such suspension or reduction shall be paid by the
Employer to the Contractor in addition to the
Contract Price, except in the case of suspension
order or reduction in the rate of progress by reason
of the Contractor’s default or breach of the
Contract.
139
condition
140
(d) costs incurred by the Contractor in
protecting the Facilities and leaving the
Site in a clean and safe condition
pursuant to paragraph (a) of GCC 42.1.2
(e) the cost of satisfying all other obligations,
commitments and claims that the
Contractor may in good faith have
undertaken with third parties in
connection with the Contract and that are
not covered by paragraphs (a) through
(d) above.
141
For the purpose of this paragraph:
i. “corrupt practice means the offering,
giving receiving or soliciting of
anything of value to influence the
action of a public officer in the
procurement process or contract
execution;
ii. “coercive practice” means
impairing or harming, or
threatening to impair or harm directly
or indirectly, any party or the property
of the party for the purpose of
influencing improperly the action or
that party in connection with public
procurement or in furtherance of
corrupt practice or fraudulent practice;
iii. collusive practices” means impairing
or harming, or threatening to impair or
harm directly or indirectly, any part or
the property of the Party for the
purpose of influencing improperly the
action or a part or in connection with
public procurement or government
contracting or in furtherance of a
corrupt practice or a Fraudulent
Practice
iv. “fraudulent practice” means a
misrepresentation of facts in order to
influence a procurement process or the
execution of a contract to the detriment
of the Government or a public body
and includes collusive practices among
tenderers, prior to or after submission
designed to establish tender prices at
artificial non-competitive levels
and to deprive the Government of
the benefits of free and open
competition;
v. “obstructive practice” means acts
142
intended to materially impede access
to required information in exercising a
duty under this Act;
42.2.2 If the Contractor
143
refers to this GCC 42.2.
144
costs to the account of the Employer and
with an indemnification by the Employer for
all liability including damage or injury to
persons arising out of the Employer’s use of
such equipment, any Contractor’s
Equipment owned by the Contractor and on
the Site in connection with the Facilities for
such reasonable period as the Employer
considers expedient for the supply and
installation of the Facilities.
145
Contract Price, the Contractor shall be liable
for such excess.
If such excess is greater than the sums due
the Contractor under GCC 42.2.5, the
Contractor shall pay the balance to the
Employer, and if such excess is less than the
sums due the Contractor under GCC 42.2.5,
the Employer shall pay the balance to the
Contractor.
The Employer and the Contractor shall agree, in
writing, on the computation described above and
the manner in which any sums shall be paid.
147
(a) cease all further work, except for such
work as may be necessary for the purpose
of protecting that part of the Facilities
already executed, or any work required
to leave the Site in a clean and safe
condition
(b) terminate all subcontracts, except those to
be assigned to the Employer pursuant to
paragraph (d) (ii)
(c) remove all Contractor’s Equipment from
the Site and repatriate the Contractor’s
and its Subcontractors’ personnel from
the Site.
(d) In addition, the Contractor, subject to the
payment specified in GCC 42.3.4, shall
(i) deliver to the Employer the parts of
the Facilities executed by the
Contractor up to the date of
termination
(ii) to the extent legally possible, assign
to the Employer all right, title and
benefit of the Contractor to the
Facilities and to the Goods as of the
date of termination, and, as may be
required by the Employer, in any
subcontracts concluded between the
Contractor and its Subcontractors
(iii) deliver to the Employer all drawings,
specifications and other documents
prepared by the Contractor or its
Subcontractors as of the date of
termination in connection with the
Facilities.
148
connection with or in consequence of such
termination.
149
150
151
SECTION V: SPECIAL CONDITIONS OF CONTRACT
152
Special Conditions of Contract
Definitions (GCC 1)
1. 1.1 The Employer is: Tanzania Electric Supply Company
Limited (TANESCO)
153
Managing Director,
Tanzania Electric Supply Company Ltd,
Plot 114, Block G.
Dar es Salaam Road,
P.O Box 453,
Dodoma,
Tanzania.
Email: md.tanesco@tanesco.co.tz
Website: www.tanesco.co.tz
3. 5.1
The Contract shall be interpreted in English in
accordance with the laws of Tanzania.
154
Contract Price (GCC Clause 13)
155
15. 25.2.2 The Guarantee Test of the Facilities shall be successfully
completed within eight (8) weeks from the date of Completion.
Completion Time Guarantee (GCC Clause 26)
16. 26.2 Applicable rate for liquidated damages: 0.001 percent per
day.
Maximum deduction for liquidated damages: is equal to
the amount of Performance Security quoted.
17. 26.3 Applicable (amount or rate) for the bonus for early
Completion: Not Applicable
18. 27.10 The defect Liability period shall be twenty four (24) months
from the date of operational acceptance of the facilities
The critical components covered under the extended warranty
are 90/120MVA,220/33kV Transformer, Circuit
Breakers,switchgears and other major equipment’s and the
period shall be twenty four (24) months, only when an
extended warranty is requested.
Completion—Guarantee Test—Acceptance (GCC 24.3 and 25.2)
19. 24.3 and 20.1 In the event that the Contractor is unable to proceed
25.2 with the Pre-commissioning of the Facilities
pursuant to GCC 24.3, or with the Guarantee Test
pursuant to GCC 25.2, for reasons attributable to the
Employer either on account of non-availability of
other facilities under the responsibilities of other
contractor(s), or for reasons beyond the Employer’s
control, the provisions leading to “deemed”
completion of activities such as Completion,
pursuant to GCC 24.6, and Operational Acceptance,
pursuant to GCC 25.3.4, and Contractor’s obligations
regarding Defect Liability Period, pursuant to GCC
27.2, Functional Guarantee, pursuant to GCC 28, and
Care of Facilities, pursuant to GCC 32, and GCC
41.1, Suspension, shall not apply. In this case, the
following provisions shall apply.
20.2 When the Contractor is notified by the Project
Manager that he will be unable to proceed with the
activities and obligations pursuant to above GCC
156
13.1, the Contractor shall be entitled to the following:
(a) the Time of Completion shall be extended for the
period of suspension without imposition of
liquidated damages pursuant to GCC 26.2;
157
without delay in performing all the specified
activities and obligations under the contract.
158
SECTION VI: PRICE SCHEDULE
159
4.0. PRICE SCHEDULE
160
17. AC Distribution Panel and 110V & 48V DC system LS 1
18. Substation earthing system LS 1
19. Substation lightning system LS 1
TOTAL
161
switchgear to first pole outgoing lines (1x300mm2)
13. LV and control cables suitable and enough as per LS
1
design requirement
315kVA, 33/0.4kV station transformers complete with
14. Ea 2
all accessories
15. AC Distribution Panel and 110V& 48V DC system LS 1
16. Substation earthing system LS 1
17. Substation lightning system LS 1
TOTAL
162
PRICE SCHEDULE (DDP- BULYANHULU SUBSTATION)
4.1. Design Works, manufacture and supply
S/N Job Description Unit Qty Unit Total
Price
1. 90/120MVA, 220/33kV Power Transformer EA 1
complete with associated accessories/equipment
2. TANROAD surcharge for inland transportation EA 1
of transformer
3. Transformer protection panel complete with, Bay Set 1
control relay, AVR and parallel operation
function for the transformer with the existing
transformers
4. 220kV circuit breaker Set 1
5. 220kV disconnecting switch Set 1
6. 220kV current transformer Set 1
7. 220kV CVT Set 1
8. 220kV lightning arrester Set 1
9. 220kV accessories for connection to the existing LS 1
bus bar
10. 33kV lightning arrester for outgoing feeders- LS 1
8sets
11. 33kV indoor GIS: LS 1
Three (3) incomers
Two (2) bus couplers
Eight (8) feeders
Two (2) metering panels
Two (2) panels for Auxiliary transformers
12. 33kV XLPE power cable complete with joints, LS 1
termination kits and associated accessories from
transformer to 33kV Incomer switchgear with
capacity of carrying maximum current of the
transformer and fir the two existing 10MVA,
220/33kV transformers
13. 33kV XLPE power cables C/W joints, LS 1
termination kits and associated accessories from
33kV switchgear to first pole outgoing line
(1x300mm2)- 1000 meters
14. Low impedance bus bar protection to Set 1
accommodate eight (08) bays
15. 150KVA, 33/0.4kV station transformer EA 2
16. LV and control cables suitable and enough as per LS 1
design requirement
163
17. AC Distribution Panel and 110V & 48V DC LS 1
system
18. Substation earthing system LS 1
19. Substation lightning system LS 1
TOTAL
164
11. Low impedance bus bar protection to accommodate all LS
1
existing bays
12. LV and control cables suitable and enough as per LS
1
design requirement
150kVA, 33/0.4kV station transformers complete with
13. Ea 2
all accessories
14. AC Distribution Panel and 110V& 48V DC system LS 1
15.Substation earthing system LS 1
16.Substation lightning system LS 1
TOTAL
165
SECTION VII: TECHNICAL SPECIFICATIONS AND
DRAWINGS
166
LOT 1: SUPPLY, INSTALL AND COMMISSION OF 90/120MVA, 220/33kV
TRANSFORMER COMPLETE WITH SWITCHGEARS AT MSAMVU
SUBSTATION
1.0. INTRODUCTION
We have allocated fund for capacity and reliability improvement of power supply in
Morogoro region by installing 90/120MVA, 220/33kV power transformer and related
switchgear at Msamvu substation.
ii. Design of transformer foundation with oil pit, equipment foundations and all related
civil works, which includes but not limited to concrete cable trenches, steel structures
for equipment support, drainage system, leveling, gravels etc.
iii. Design of 220kV transformer bay including circuit breaker, isolator, arrestors, CT’s,
VT’s complete with protection and control.
iv. Design of 220kV Bus bar segment and re arrangement of Bus coupler including gantries
activities to accommodate switching bay of the transformer.
vii. Design of 33kV GIS switch gear complete with protection and control
x. Supply and installation of 33kV XLPE power cables with joint kits
xii. Provision for two TANESCO experts to witness factory tests for each major items.
xiii. Delivery of as built drawings and Operation & Maintenance manuals (hard copy (2
copies) and electronic form) in English language.
xiv. Basic site training for Tanesco staff on operation and maintenance of the equipment.
167
1.2. STANDARDS
All works to be carried out and equipment to be supplied under this scope shall conform to
the latest editions of relevant IEC and ISO standards except where specified otherwise. In the
event of equipment conforming to any other national or international standards, the salient
features of comparison shall clearly be set out in the tender with attached copy of relevant
standard and should not be less exacting than corresponding IEC Standard. The following is a
list of standards to be used unless otherwise specified:
Description Standard
Metric standards ISO 1000
Quality assurance ISO 9001
Hot-dip galvanizing ISO 1459, 1461
High voltage test technique IEC 60060
Insulation coordination IEC 60071
Tests on Post Insulators IEC 60168
Voltage transformers IEC 61869-5
Bushings IEC 60137
Substation earthing EN50522
Selection of Insulation IEC/ITR 60815
Disconnectors and Earthing switches IEC 62271-100
High voltage circuit breakers IEC 62271-100
Surge arrestors IEC 60099
Transducers for Electrical measurement IEC 60688
Current Transformers IEC 61869-2
Insulating oil for Transformers and switchgear IEC 60296:2020
Common clauses for HV SWG and control stds IEC 60694
Low voltage switchgear/control gear assembles IEC 60439
Electrical Protective Relays IEC 61850, 60870
Control system EMC (immunity) IEC 61000-4-2, 3, 4 and 5
Switchgear IEC 62271, 61869, 60529
Behaviour in the event of internal faults IEC 62271-200
Three-position disconnector and disconnector IEC 62271-102
Busbar earthing switch IEC 62271-102
Circuit-breaker IEC62271-100
Voltage transformer IEC 61869-5
Power cables IEC 60840
Voltage detection systems IEC 61243-5
Operating Conditions IEC 60694
Internal Fault classifications IEC 62271-200
Protection against accidental contact, foreign Objects and water IEC 60529
168
b) Contractor experience required is three (3) major projects of similar nature as prime
contractor in design, installation and commissioning of High Voltage Power
Transformers within ten years (attach evidence)
c) Manufacturer experience required on major equipment is 20 years in manufacturing of
transformer and 15 years in manufacturing of Switchgear of similar size and voltage
level or above (attach evidence)
d) Bidder shall submit DETAILED SPECIFICATIONS for each equipment as per IEC
standard or equivalent.
b) Visa expenses, airport taxes, local transportation and other incidental travel expenses
as required.
c) Fully paid daily allowances as per TANESCO rates officials travelling abroad, (from
USD 365-USD 420) for the duration of minimum seven (7) days for each trip.
d) At least Thirty (30) days’ notice of the date, time and place of all tests shall be given
to the Employers so that arrangements can be made to have the test witnessed.
Prior to the tests, the Contractor shall submit procedures and test plan to demonstrate
fulfillment of the requirements specified in the subsequent sections of the detailed technical
specifications.
169
Any costs incurred by the Employer and/or Engineer in attending a repeat type test brought
about as a result of a failure of the subject under test and postponement of the test programme
shall be to the account of the Contractor.
b) Routine/acceptance tests minimum acceptance
Routine tests shall be carried out in accordance with IEC and shall be done on all
manufactured equipment.
The following additional routine tests shall be done on power transformer:
170
Duration of site training shall be agreed upon prior teaching of the related subject and prior
installation and commissioning of the related equipment and systems.
The practical on the job part shall be integrated through the entire project.
171
36 Type Oil communicating
37 Creepage distance mm/kV 31
172
- CB motor operating voltage (VDC): 110
- CB coils operating voltage (VDC): 110
- Number of trip coils: 2
- Number of closing coils: 1
- No of auxilliary contacts: 10NO, 10NC
All design and testing shall comply to latest IEC
standard or equivalent for circuit
3. 220kV Three pole, outdoor, porcelain, horizontal center
Disconnecting break.
Switch - Rated frequency (Hz): 50
- Rated voltage (kV): 245
-System voltage(kV): 220
- Rated normal current (A): 2500
- Rated short circuit breaking current (kA): 31.5
- Rated short circuit withstand current (kA): 80 -
Rated short circuit duration (s): 3
- Rated power frequency withstand voltage
(kV): 460
- Rated lightning impulse withstand voltage
(kV): 1050
- Creepage distance (mm/kV): 31
- Operating mechanism: motor and mechanical
- 110V DC control voltage
- Mechanical and electrical interlock.
All design and testing shall comply to latest IEC
standard or equivalent for disconector switch
4. 220kV CVT Three pole, outdoor, single phase, oil filled
porcelain, three core, hermetically sealed voltage
transformer:
- Design: Capacitive voltage transformer
- Rated voltage (kV): 245
-Working voltage (kV): 220
- Rated frequency (Hz): 50
- Rated power frequency withstand voltage (kV):
460
- Rated lightning impulse withstand voltage
(kV): 1050
- Creepage distance (mm/kV): 31
- Transformation factor: 245/√3 / 0.11/√3 /
0.11/√3 / 0.11/√3 kV
- Number of windings: 3
- Rating of metering winding: 0.2; 50 VA
- Rating of 1st protection winding: 3P, 100 VA -
173
Rating of 2st protection winding: 3P, 100 VA
All design and testing shall comply to latest IEC
standard or equivalent for CVT
5. 220kV Current Outdoor, single phase, oil filled porcelain,
Transformer hermetically sealed Current transformer:
- Rated voltage (kV): 245
-System voltage (kV): 220
- Rated frequency (Hz): 50
- Rated power frequency withstand voltage
(kV): 460
- Rated lightning impulse withstand voltage
(kV): 1050
- Rated short-time withstand current (kA/3s):
31.5
- Rated peak withstand current (kA): 80
- Creepage distance (mm/kV): 31
- Rated primary current (A): 400
- Rated secondary current (A): 1
- Number of cores: 5
- Rating of metering core: 0.2; FS5; 30 VA
- Rating of measuring core: 0.5; FS5; 30 VA
- Rating of 1st protection core: 5P20; 30 VA
- Rating of 2nd protection core: 5P20; 30 VA -
Rating of 3rd protection core: 5P20; 30 VA
6. 220kV Lighting Outdoor use, metal oxide gapless type, single
Arrester phase with surge counter:
- Max. system voltage (kV): 245
-System voltage (kV); 220
- Rated frequency (Hz): 50
- Creepage distance (mm/kV): min. 31
- Rated voltage Ur (kV): 216
-Nominal discharge current (kA): 10
- Line discharge class: 3
- All design and testing shall comply to latest
IEC standard or equivalent for lightning arrester.
7. 220kV bus bar Indoor, air insulated, metal enclosed self-
protection panel standing type, numerical/digital Differential with
breaker failure, centralized, capable to
accommodate twelve (12) line bays, IEC
standard or equivalent.
8. 220kV bus bar Hard drawn stranded wire aluminum conductor
conductors as per IEC standard or equivalent.
9. 33kV Lightning Outdoor use, metal oxide gapless type, single
174
Arrester phase with surge counter, 31kV/mm creepage,
33kV rated voltage, Rated continuous operating
voltage 29kV, 10kA rated discharge current, all
design and testing shall comply to latest IEC
standard or equivalent for lightning arrester
10. 33kV incoming Indoor, GIS, vacuum circuit breaker quenching
circuit breaker medium, 33kV rated voltage, 2500A rated
current, 31.5kA/3sec rated interrupting current,
110VDC drive, 16 poles (8NC and 8NO)
auxiliary switches, all design and testing shall
comply to latest IEC standard or equivalent
11. 33kV feeder circuit Indoor, GIS, vacuum circuit breaker quenching
breakers medium,33kV rated voltage, 1250A rated
current, 31.5kA/3sec rated interrupting current,
110VDC drive, 16 poles (8NC and 8NO)
auxiliary switches, all design and testing shall
comply to latest IEC standard or equivalent
12. 33kV feeders Indoor, air insulated, metal enclosed self-
protection standing type, overcurrent relay, earth fault and
other related protection mechanism, shall comply
to latest IEC standard or equivalent
13. 33kV bus bar Rated bus bar current 2500A, bus bar insulation
SF6, Plug-in type bus bar connections preferred
for quick installation/start-up, all design and
testing shall comply to latest IEC standard or
equivalent
14. 110VDC power Thyristor type, indoor, air, water, dust insulated,
supply system metal enclosed self-standing, duplicate charger
including DC system (Dump less transfer system), 400VAC
distribution panel input, 110VDC+/-3, 180A output, Nickel
Cadmium, 600Ah/12hrs, 90 cells, DC battery,
comply to IEC 60623.
175
16. AC distribution Indoor, air insulated, metal enclosed self-
panel standing, 400VAC three phase and four wires
input, 400VAC three phase and 230VAC single
phase output, shall comply to IEC standard or
equivalent.
17. 33kV cubicles Maximum Cubicle width 800mm, Maximum
Cubicle height 2500mm, Maximum Cubicle
depth 1592mm, Colour of front doors and end
covers RAL7044
18. Power cables 33kV Single core, XLPE.SWA.PVC or
XLPE.AWA.PVC, stranded copper single
conductor, Extruded semi-conducting
compound, semi-conducting layer: Extruded
compound, cold strippable, copper tape
shielding, Extruded PVC, steel wire armoring,
black, shall comply with BS6622, IEC502,
IEC504, IEC332-1. Flame redundant as per IEC
332 – 1, all design and testing shall comply to
latest IEC standard equivalent for power cables
19. Control cables Suitable for the operation and interconnection of
protective devices; rated circuit voltage 1000
volts, recommended for operation at 75°C
maximum continuous conductor temperature.
Cables may be installed in open air, in ducts or
conduit, or in tray or trough and direct burial.
Stranded uncoated copper conductors, Black
high molecular weight polyethylene insulation,
Full color coded PVC Jacket over each insulated
conductor, polyester tape over assembly, PVC
jacket overall, Surface printed, all design and
testing shall comply to latest IEC standard or
equivalent for control cables
20. Substation Earthing Earthing materials should be pure copper,
system Compression or cad weld connections system,
minimum earthing resistance shall not exceed 0.5
ohms, all design and testing shall comply to
latest IEC standard or equivalent
21. Substation The extension of shielding network shall be
shielding wires connected to the main ground system of the
substation. The zone of protection shall depend
upon contractor design, all design and testing
shall comply to latest IEC standard or equivalent
22. Concrete works Grade of reinforce concrete is C25 and above
(25N/mm2, grade of blinding layer is C10
23. Steel structure Mild steel material, hot dip galvanized coating
176
24. Concept design Attach a comprehensive conceptual design for
the said scope and specific equipment.
25. Site visit Pre bidding site visit is mandatory.
2.0 INTRODUCTION
We have allocated fund for capacity and reliability improvement of power supply in
Shyinyanga region by installing 90/120MVA, 220/33kV power transformer and related
switchgear at Bulynhulu substation.
177
vii. Design and extension of outdoor lightning.
viii. Design of outdoor lightning system extension.
ix. Design of substation earthing system extension.
x. Supply and installation of 33kV XLPE power cables with joint kits.
xi. Supply and installation of control cables.
xii. Provision for two TANESCO experts to witness factory tests for each major items.
xiii. Delivery of as built drawings and Operation & Maintenance manuals (hard copy (2
copies) and electronic form) in English language.
1.2. STANDARDS
All works to be carried out and equipment to be supplied under this scope shall conform to
the latest editions of relevant IEC and ISO standards except where specified otherwise.
In the event of equipment conforming to any other national or international standards, the
salient features of comparison shall clearly be set out in the tender with attached copy of
relevant standard and should not be less exacting than corresponding IEC Standard. The
following is a list of standards to be used unless otherwise specified:
Description Standard
Metric standards ISO 1000
Quality assurance ISO 9001
Hot-dip galvanizing ISO 1459, 1461
High voltage test technique IEC 60060
Insulation coordination IEC 60071
Tests on Post Insulators IEC 60168
Voltage transformers IEC 61869-5
Bushings IEC 60137
Substation earthing EN50522
Selection of Insulation IEC/ITR 60815
Disconnectors and Earthing switches IEC 62271-100
High voltage circuit breakers IEC 62271-100
Surge arrestors IEC 60099
Transducers for Electrical measurement IEC 60688
Current Transformers IEC 61869-2
Insulating oil for Transformers and switchgear IEC 60296:2020
Common clauses for HV SWG and control stds IEC 60694
Low voltage switchgear/control gear assembles IEC 60439
Electrical Protective Relays IEC 61850, 60870
Control system EMC (immunity) IEC 61000-4-2, 3, 4 and 5
Switchgear IEC 62271, 61869, 60529
Behaviour in the event of internal faults IEC 62271-200
Three-position disconnector and disconnector IEC 62271-102
Busbar earthing switch IEC 62271-102
Circuit-breaker IEC62271-100
Voltage transformer IEC 61869-5
178
Power cables IEC 60840
Voltage detection systems IEC 61243-5
Operating Conditions IEC 60694
Internal Fault classifications IEC 62271-200
Protection against accidental contact, foreign Objects and water IEC 60529
f) Visa expenses, airport taxes, local transportation and other incidental travel expenses
as required.
179
g) Fully paid daily allowances as per TANESCO rates officials travelling abroad, (from
USD 365-USD 420) for the duration of minimum seven (7) days for each trip.
h) At least Thirty (30) days’ notice of the date, time and place of all tests shall be given
to the Employers so that arrangements can be made to have the test witnessed.
Prior to the tests, the Contractor shall submit procedures and test plan to demonstrate
fulfillment of the requirements specified in the subsequent sections of the detailed technical
specifications.
Any costs incurred by the Employer and/or Engineer in attending a repeat type test brought
about as a result of a failure of the subject under test and postponement of the test programme
shall be to the account of the Contractor.
b) Routine/acceptance tests minimum acceptance
Routine tests shall be carried out in accordance with IEC and shall be done on all
manufactured equipment.
The following additional routine tests shall be done on power transformer:
2.1. TRAINING
The Contractor shall perform, as a minimum, at-site-training during the performance of the
Works as below.
In addition to the training below, the Employer’s personnel shall be given the opportunity to
attend to the installation work at site.
Training shall be indicated in the Contractors Time Schedule. Training program proposed by
the Contractor and training manuals shall be forwarded for review after the Contract coming
into force.
Training shall be conducted in English language and all related teaching material as well as
tables, diagrams, drawings, descriptions what so ever which are part of the O&M-manual
shall be in English language.
The Contractor shall perform training of the Employer’s personnel with focus on the installed
equipment and system.
180
The training consisting of:
c) Classroom training at site and practical training for:
General substation operation
Installation, commissioning and Maintenance procedures for power
transformer and switchgears
Installation and configuration of protection systems.
Duration of site training shall be agreed upon prior teaching of the related subject and prior
installation and commissioning of the related equipment and systems.
The practical on the job part shall be integrated through the entire project.
181
29 Noise level at 1 m distance dB(A) As per NEMA TR1
30 Tap changer:
Tap changer type On load Vacuum Tap
31 changer
32 Tap changer Make MR
33 Tap changer: Manufacturer's MR Germany
34 Bushings:
35 Material Porcelain
36 Type Oil communicating
37 Creepage distance mm/kV 31
Insulation Levels
HV MV Neutral
c) Maximum system
voltage
38 kV 245 36
d) Line terminals
182
- Rated short circuit withstand current (kA): 80
- Rated short circuit duration (s): 3
- Rated power frequency withstand voltage
(kV): 460
- Rated lightning impulse withstand voltage
(kV): 1050
- Operating sequence: O-0.3s-CO-3min-CO
- CB motor operating voltage (VDC): 110
- CB coils operating voltage (VDC): 110
- Number of trip coils: 2
- Number of closing coils: 1
- No of auxiliary contacts: 10NO, 10NC
All design and testing shall comply to latest
IEC standard or equivalent for circuit
3. 220kV Three pole, outdoor, porcelain, horizontal
Disconnecting center break.
Switch - Rated frequency (Hz): 50
- Rated voltage (kV): 245
-System voltage(kV): 220
- Rated normal current (A): 2500
- Rated short circuit breaking current (kA): 31.5
- Rated short circuit withstand current (kA): 80
- Rated short circuit duration (s): 3
- Rated power frequency withstand voltage
(kV): 460
- Rated lightning impulse withstand voltage
(kV): 1050
- Creepage distance (mm/kV): 31
- Operating mechanism: motor and mechanical
- 110V DC control voltage
- Mechanical and electrical interlock.
All design and testing shall comply to latest
IEC standard or equivalent for disconnector
switch
4. 220kV CVT Three pole, outdoor, single phase, oil filled
porcelain, three core, hermetically sealed
voltage transformer:
- Design: Capacitive voltage transformer
- Rated voltage (kV): 245
-Working voltage (kV): 220
- Rated frequency (Hz): 50
- Rated power frequency withstand voltage
(kV): 460
183
- Rated lightning impulse withstand voltage
(kV): 1050
- Creepage distance (mm/kV): 31
- Transformation factor: 245/√3 / 0.11/√3 /
0.11/√3 / 0.11/√3 kV
- Number of windings: 3
- Rating of metering winding: 0.2; 50 VA
- Rating of 1st protection winding: 3P, 100 VA
- Rating of 2st protection winding: 3P, 100 VA
All design and testing shall comply to latest
IEC standard or equivalent for CVT
5. 220kV Current Outdoor, single phase, oil filled porcelain,
Transformer hermetically sealed Current transformer:
- Rated voltage (kV): 245
-System voltage (kV): 220
- Rated frequency (Hz): 50
- Rated power frequency withstand voltage
(kV): 460
- Rated lightning impulse withstand voltage
(kV): 1050
- Rated short-time withstand current (kA/3s):
31.5
- Rated peak withstand current (kA): 80
- Creepage distance (mm/kV): 31
- Rated primary current (A): 300/600
- Rated secondary current (A): 1
- Number of cores: 5
- Rating of metering core: 0.2; FS5; 30 VA
- Rating of measuring core: 0.5; FS5; 30 VA
- Rating of 1st protection core: 5P20; 30 VA
- Rating of 2nd protection core: 5P20; 30 VA -
Rating of 3rd protection core: 5P20; 30 VA
6. 220kV Lighting Outdoor use, metal oxide gapless type, single
Arrester phase with surge counter:
- Max. system voltage (kV): 245
-System voltage (kV); 220
- Rated frequency (Hz): 50
- Creepage distance (mm/kV): min. 31
- Rated voltage Ur (kV): 216
-Nominal discharge current (kA): 10
- Line discharge class: 3
- All design and testing shall comply with latest
IEC standard or equivalent for lightning
184
arrester.
7. 220kV bus bar Indoor, air insulated, metal enclosed self-
protection panel standing type, Differential, IEC standard or
equivalent.
8. 33kV Lightning Outdoor use, metal oxide gapless type, single
Arrester phase with surge counter, 31kV/mm Creepage,
33kV rated voltage, Rated continuous
operating voltage 29kV, 10kA rated discharge
current, all design and testing shall comply to
latest IEC standard or equivalent for lightning
arrester
9. 33kV incoming Indoor, GIS, vacuum circuit breaker quenching
circuit breaker medium, 33kV rated voltage, 2000A rated
current, 31.5kA/3sec rated interrupting current,
110VDC drive, 16 poles (8NC and 8NO)
auxiliary switches, all design and testing shall
comply to latest IEC standard or equivalent
10. 33kV feeder Indoor, GIS, vacuum circuit breaker quenching
circuit breakers medium,33kV rated voltage, 1250A rated
current, 31.5kA/3sec rated interrupting current,
110VDC drive, 16 poles (8NC and 8NO)
auxiliary switches, all design and testing shall
comply to latest IEC standard or equivalent
11. 33kV feeders Indoor, air insulated, metal enclosed self-
protection standing type, overcurrent relay, earth fault and
other related protection mechanism, shall
comply to latest IEC standard or equivalent
12. 33kV bus bar Rated bus bar current 2500A, bus bar insulation
SF6, Plug-in type bus bar connections preferred
for quick installation/start-up, all design and
testing shall comply to latest IEC standard or
equivalent
13. 150kVA , -Outdoor use, oil immersed hermetically sealed,
33/0.4kV with no load tap changer, 150kVA continuous
Auxiliary capacity, 33kV primary rated voltage, 400V
transformer rated secondary voltage, ONAN cooling, 50Hz
frequency, 5 number of taps, 2.5 step voltage,
Delta-Star winding connection 5% approximate
impedance,Rated power frequency withstand
voltage HV (kV): 70
- Rated lightning impulse withstand voltage HV
(kV): 170
- Creepage distance (mm/kV): 31
185
All design and testing shall comply to latest
IEC standard or equivalent
14. 110VDC power Thyristor type, indoor, air, water, dust
supply system insulated, metal enclosed self-standing,
including DC duplicate charger system (Dump less transfer
distribution panel system), 400VAC input, 110VDC+/-3, 150A
output, Nickel Cadmium, 510Ah/12hrs, 90
cells, DC battery, comply to IEC 60623.
110VDC distribution panel, indoor use, air
insulated metal enclosed self-standing type,
suitable power supply shall be done via suitable
size of MCCBs with auxiliary contacts, shall
comply with IEC standard or equivalent.
15. 48VDC power Thyristor type, indoor, air, water, dust
supply system insulated, metal enclosed self-standing,
including DC duplicate charger system (Dump less transfer
distribution panel system), 400VAC input, 48VDC+/-3, 100A
output, Nickel Cadmium, 375Ah/12hrs, 20
cells, DC battery, shall comply to IEC 60623.
48VDC distribution panel, indoor use, air
insulated metal enclosed self-standing type,
suitable power supply shall be done via suitable
size of MCCBs with auxiliary contacts, shall
comply to IEC standard or equivalent.
16. AC distribution Indoor, air insulated, metal enclosed self-
panel standing, 400VAC three phase and four wires
input, 400VAC three phase and 230VAC single
phase output, shall comply to IEC standard or
equivalent.
17. Power cables 33kV Single core, XLPE.SWA.PVC or
XLPE.AWA.PVC, stranded copper single
conductor, Extruded semi-conducting
compound, semi-conducting layer: Extruded
compound, cold strippable, copper tape
shielding, Extruded PVC, steel wire armoring,
black, shall comply with BS6622, IEC502,
IEC504, IEC332-1. Flame redundant as per IEC
332 – 1, all design and testing shall comply to
latest IEC standard equivalent for power cables
18. Control cables Suitable for the operation and interconnection
of protective devices; rated circuit voltage 1000
volts, recommended for operation at 75°C
maximum continuous conductor temperature.
Cables may be installed in open air, in ducts or
conduit, or in tray or trough and direct burial.
Stranded uncoated copper conductors, Black
186
high molecular weight polyethylene insulation,
Full color coded PVC Jacket over each
insulated conductor, polyester tape over
assembly, PVC jacket overall, Surface printed,
all design and testing shall comply to latest IEC
standard or equivalent for control cables
19. Bus bar protection Low impedance bus bar protection to
accommodate eight (08) bays
20. Substation Earthing materials should be pure copper,
Earthing system Compression or cad weld connections system,
minimum earthing resistance shall not exceed
0.5 ohms, all design and testing shall comply to
latest IEC standard or equivalent
21. Substation The extension of shielding network shall be
shielding wires connected to the main ground system of the
substation. The zone of protection shall depend
upon contractor design, all design and testing
shall comply to latest IEC standard or
equivalent
22. Concrete works Grade of reinforce concrete is C25 and above
(25N/mm2, grade of blinding layer is C10
23. Steel structure Mild steel material, hot dip galvanized coating
187
5.0 LIST OF DOCUMENTS TO BE ATTACHED WITH A TECHNICAL BID
Bidder shall attach the following documents in the technical bid. In the absence of these
documents offer will not be evaluated.
188
implementing 220kV Transmission Substation projects
of similar nature
3. Commissioning Engineer (Bachelor Degree in Minimum 5 years
Electrical)
At least Three (3)years and above successfully
completed project in implementing 220kV
Transmission substations projects of similar nature
Equipment Years
Manufacturer Transformer 20
Switchgear 15
Contractor Three (3) major projects of Within 10
similar nature as prime
contractor
189
SECTION VIII: FORMS OF TENDER
190
1. Forms of Tender and Price Schedules
[Name of Contract]
We declare that our tendering price did not involve agreements with other tenderers
for the purpose of tender suppression.
We are not participating, as tenderers, in more than one Tender in this tendering
process other than alternative tenders in accordance with the tendering documents.
We hereby confirm [insert the name of the Appointing Authority], to be the Appointing
Authority, to appoint the adjudicator in case of any arisen disputes in accordance with ITT
45.1
We agree to abide by this Tender, for a period of [number] days from the date fixed
for submission of Tenders as stipulated in the Tendering documents, and it shall
remain binding upon us and may be accepted by you at any time before the
expiration of that period.
We declare that, as tenderer(s) we do not have conflict of interest with reference to
ITT clause 3.7
191
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this
Tender, and to contract execution if we are awarded the contract, are listed below
Until a formal contract is prepared and signed between us, this Tender, together with
your written acceptance thereof and your notification of award, shall constitute a
binding contract between us.
We understand that you are not bound to accept the lowest or any tender you may
receive.
[signature]
In the capacity of
[position]
Attachments: [In accordance with ITB 12.1, plus any additional attachment either specified
by the Employer in the TDS or included by the Tenderer. In this regard, the Employer may
include in the Tendering document, as an Attachment to the Tender Form, a list of
“Tendering Data,” including the most important data to be provided by the Tenderer (e.g.,
Time for Completion, Functional Guarantees, etc.).]
192
STANDARD POWER OF ATTORNEY
TO ALL IT MAY CONCERN
THAT BY THIS POWER OF ATTORNEY given on the [insert date, month and year],
WE the undersigned [insert name of the company/donor] of [insert address of the
company/donor], by virtue of authority conferred to us by the Board Resolution No
of day of [insert year], do hereby
ordain nominate and appoint [insert name of donee] of [insert address of the donee] to be
our true lawful Attorney and Agent, with full power and authority, for us and in our
names, and for our accounts and benefits, to do any, or all of the following acts, in
the execution of tender No. [insert tender number] that is to say;
To act for the company and do any other thing or things incidental for [insert
tender Number] of [insert description of procurement] for the [insert name of the
Procuring EntityPE];
AND provided always that this Power of Attorney shall not revoke or in any manner
affect any future power of attorney given to any other person or persons for such
other power or powers shall remain and be of the same force and affect as if this
deed has not been executed.
SEALED with the common seal of the said [[insert name of the company] and delivered
in the presence of us this [insert date] day of [insert month] [insert year].
IN WITNESS whereof we have signed this deed on this [insert date] day of [insert
month] [insert year] at [insert region] for and on behalf of [insert name of the company]
………………………………………
DONOR
BEFORE ME:
193
ACKNOWLEDGEMENT
I [insert name of donee] doth hereby acknowledge and accept to be Attorney of the said
[insert name of the company/donor] under the terms and conditions contained in this
POWER OF ATTORNEY and I promise to perform and discharge my duties as the
lawfully appointed Attorney faithfully and honestly.
DONEE
BEFORE ME
194
1.2 Price Schedules
The following Preamble is given as an example only. Employers are responsible for
ensuring that the Preamble included in the Tendering documents is complete and
appropriate for the contract in question.
PREAMBLE
General
3. If Tenderers are unclear or uncertain as to the scope of any item, they shall seek
clarification in accordance with the Instructions to Tenderers in the Tendering
documents prior to submitting their Tender.
Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due to errors,
etc., shall be initialed by the Tenderer.
As specified in the TDS and SCC, prices shall be fixed and firm for the duration
of the Contract, or prices shall be subject to adjustment in accordance with the
corresponding Appendix (Price Adjustment) to the Contract Agreement.
195
5. Tender prices shall be quoted in the manner indicated and in the currencies
specified in the Instructions to Tenderers in the Tendering documents.
For each item, Tenderers shall complete each appropriate column in the
respective Schedules, giving the price breakdown as indicated in the Schedules.
Prices given in the Schedules against each item shall be for the scope covered by
that item as detailed in the Technical Specifications, Drawings or elsewhere in
the Tendering documents.
6. Where there are errors between the total of the amounts given under the
column for the price breakdown and the amount given under the Total Price,
the former shall prevail and the latter will be corrected accordingly.
Where there are errors between the total of the amounts of Schedule Nos. 1 to 4
and the amount given in Schedule No. 5 (Grand Summary), the former shall
prevail and the latter will be corrected accordingly.
Where there are discrepancies between amounts stated in figures and amounts
stated in words, the amounts stated in words shall prevail.
8. Items left blank will be deemed to have been included in other items. The
TOTAL for each Schedule and the TOTAL of the Grand Summary shall be
deemed to be the total price for executing the Facilities and sections thereof in
complete accordance with the Contract, whether or not each individual item has
been priced.
9. When requested by the Employer for the purposes of making payments or part
payments, valuing variations or evaluating claims, or for such other purposes as
the Employer may reasonably require, the Contractor shall provide the
Employer with a breakdown of any composite or lump sum items included in
the Schedules.
196
Schedules of Rates and Prices
Schedule No. 1. Goods, and Mandatory Spare Parts Supplied from Abroad
Code Country
Name of Tenderer
Signature of
Tenderer
1 Tenderers shall enter a code representing the country of origin of all imported goods.
2 Specify currency.
197
Schedule No. 2. Goods and Mandatory Spare Parts Supplied from
Within the United Republic of Tanzania
Name of Tenderer
Signature of
Tenderer
1 Specify currency in accordance with specifications in TDS under ITB 17.1 (b)
198
Schedule No. 3. Local Transportation, Insurance and Other Incidental
Services
Name of Tenderer
Signature of
Tenderer
1 Specify currency in accordance with specifications in TDS under ITB 17.1 (c)
199
Schedule No. 4. Installation Services
Name of Tenderer
Signature of
Tenderer
1 Specify currency in accordance with specifications in TDS under ITB 17.1 (c)
200
Schedule No. 5. Grand Summary
Name of Tenderer
Signature of
Tenderer
201
Schedule No. 6. Recommended Spare Parts
Name of Tenderer
Signature of
Tenderer
202
[letterhead paper of the Employer]
[date]
2. Letter of Acceptance
This is to notify you that your Tender dated [insert date] for execution of the [insert
name of the Contract and identification number, as given in the SCC] for the Contract Price
of the equivalent of [insert amount in numbers and words] [insert name of currency], as
corrected and modified in accordance with the ITT is hereby accepted by us.
You are hereby informed that after you have read and return the attached draft
Contract, the parties to the contract shall sign the vetted contract within fourteen (14)
working days.
You are hereby informed to proceed with the execution of the said Contract for the
Supply and Installation in accordance with the terms and conditions of the signed
Contract.
Authorized Signature:
Name of Agency:
Attachment: Contract
203
3. Qualification Information
(c)
204
The tenderer(s) shall list in the table below details of work under way or committed,
including expected completion dates. The provided information may be used by PE
for post-qualification where applicable.
n-1
205
2. Site Engineer – Electrical Minimum 5 years
(Bachelor Degree).
Experience in power engineering
At least three (3) successfully
completed project in
implementing 220kV
Transmission Substation projects
of similar nature
33. Commissioning Engineer Minimum 5 years
(Bachelor Degree in Electrical)
At least Three (3)years and above
successfully completed project in
implementing 220kV
Transmission substations projects
of similar nature
Equipment Years
Manufacturer Transformer 20
Switchgear 15
Contractor Three (3) major projects of Within 10
similar nature as prime
contractor
206
In analyzing the current ratios in (i) above, the trend for
the latest audited financial statement must be higher
than its previous financial statement
2.
2. Joint Ventures 2.1 The information listed in 1.11 – 1.12 above shall be
provided for each partner of the joint venture.
207
venture (and which is legally binding on all partners),
which shows that:-
208
4. Form of Agreement
BETWEEN (1) [Name of Employer], a corporation incorporated under the laws of the
United Republic of Tanzania and having its principal place of business at [address of
Employer] (hereinafter called “the Employer”), and (2) [name of Contractor], a
corporation incorporated under the laws of [country of Contractor] and having its
principal place of business at [address of Contractor] (hereinafter called “the
Contractor”).
209
Article 2. 2.1 Contract Price (Reference GCC 11)
Contract Price The Employer hereby agrees to pay to the Contractor
and Terms of the Contract Price in consideration of the performance
Payment by the Contractor of its obligations hereunder. The
Contract Price shall be the aggregate of: [amount of
foreign currency in words], [amount in figures] as specified
in Price Schedule No. 5 (Grand Summary) and [amount
of local currency in words], [amount in figures], or such
other sums as may be determined in accordance with
the terms and conditions of the Contract.
210
(c) The Employer has paid the Contractor the advance
payment
Each party shall use its best efforts to fulfill the above
conditions for which it is responsible as soon as
practicable.
3.2 If the conditions listed under 3.1 are not fulfilled within
two (2) months from the date of this Contract
notification because of reasons not attributable to the
Contractor, the parties shall discuss and agree on an
equitable adjustment to the Contract Price and the Time
for Completion and/or other relevant conditions of the
Contract.
IN WITNESS WHEREOF the Employer and the Contractor have caused this
Agreement to be duly executed by their duly authorized representatives the day and
year first above written.
In the presence of
211
........................................................... ......................................................
Signature Signature
(Name).............................................. (Name)...........................................
(Occupation)..................................... (Occupation)....................................
(Address)......................................... (Address)..........................................
212
Appendix 1: Terms and Procedures of Payment:
TERMS OF PAYMENT
PAYMENT PROCEDURES
Appropriate procedures, normally through letters of credit, are to be inserted (including forms
and certificates annexed as appropriate) by the Employer in the Tendering documents.
213
Appendix 2: Price Adjustment: Not Applicable
Where the Contract Period (excluding the Defects Liability Period) exceeds
eighteen (18) months, it is normal procedure that prices payable to the
Contractor shall be subject to adjustment during the performance of the
Contract to reflect changes occurring in the cost of labour and material
components. In such cases the Tendering documents shall include in this
Appendix 2 a formula of the following general type, pursuant to GCC sub-
Clause 11.2.
Where Contracts are of a shorter duration than eighteen (18) months or in cases
where there is to be no Price Adjustment, the following provision shall not be
included. Instead, it shall be indicated under this Appendix 2 that the prices
are to remain firm and fixed for the duration of the Contract.
Prices payable to the Contractor, in accordance with the Contract, shall be subject to
adjustment during performance of the Contract to reflect changes in the cost of
labour and material components, in accordance with the following formula:
L1 M1
P1 P0 ( a b c ) P0
L0 M0
in which:
P1 = adjustment amount payable to the Contractor
M0, M1= material indexes for the major raw materials in the country of origin
on the base date and the date for adjustment, respectively
The sum of the three coefficients a, b and c shall be one (1) in every application
of the formula.
214
Conditions Applicable To Price Adjustment
The Tenderer shall indicate the source of labour and materials indexes and the base
date indexes in its bid.
The base date shall be the date thirty (30) days prior to the Tender closing date.
(a) Price adjustment will be applied only if the resulting increase or decrease is
more than two percent (2%) of the Contract price.
(b) No price increase will be allowed beyond the original delivery date unless
covered by an extension of time awarded by the Employer under the terms of
the Contract. No price increase will be allowed for periods of delay for which
the Contractor is responsible. The Employer will, however, be entitled to any
price decrease occurring during such periods of delay.
(c) The total adjustment (plus or minus) shall be subject to a ceiling amount of
percent (__%) of the Contract price.
(d) If the currency in which the Contract price, P0, is expressed is different from the
currency of the country of origin of the labour and/or materials indexes, a
correction factor will be applied to avoid incorrect adjustments of the Contract
price. The correction factor shall correspond to the ratio of exchange rates
between the two currencies on the base date and the date for adjustment as
defined above.
(e) No price adjustment shall be payable on the portion of the Contract price paid
to the Contractor as an advance payment.
Note: For complex Plant supply and installation involving several sources of supply and/or
a substantial amount of installation works, a family of formulas may be necessary, with
provision for the usage of Contractor’s equipment in the works formula.
215
Appendix 3: Insurance Requirements
In accordance with the provisions of GCC Clause 34, the Contractor shall at its
expense take out and maintain in effect, or cause to be taken out and maintained in
effect, during the performance of the Contract, the insurances set forth below in the
sums and with the deductibles and other conditions specified. The identity of the
insurers and the form of the policies shall be subject to the approval of the Employer,
such approval not to be unreasonably withheld.
216
(c) Third Party Liability Insurance
Covering bodily injury or death suffered by third parties (including the
Employer’s personnel) and loss of or damage to property (including the
Employer’s property and any parts of the Facilities that have been accepted by
the Employer) occurring in connection with the supply and installation of the
Facilities.
Details:
The Employer shall be named as co-insured under all insurance policies taken out by
the Contractor pursuant to GCC sub-Clause 34.1, except for the Third Party Liability,
Workers’ Compensation and Employer’s Liability Insurances, and the Contractor’s
Subcontractors shall be named as co-insured’s under all insurance policies taken out
by the Contractor pursuant to GCC sub-Clause 34.1, except for the Cargo, Workers’
Compensation and Employer’s Liability Insurances. All insurer’s rights of
subrogation against such co-insured’s for losses or claims arising out of the
performance of the Contract shall be waived under such policies.
217
Insurances to be taken out by the Employer(Not Applicable)
If the Employer is proposing to take out any or all of the above insurances itself,
or any other insurances in respect of the Facilities, either in its own name or in
the joint names of itself and the Contractor, it shall give details below prior to
issuing the Tendering documents. Under the terms of the Contract, the
Contractor and the Contractor’s Subcontractors shall be named as co-insured’s
under all such policies.
The Employer shall at its expense take out and maintain in effect during the
performance of the Contract the following insurances.
Details:
218
Appendix 4: Time Schedule
219
Appendix 5: List of Approved Subcontractors
The following Subcontractors are approved for carrying out the item of the facilities
indicated. Where more than one Subcontractor is listed, the Contractor is free to
choose between them, but it must notify the Employer of its choice in good time prior
to appointing any selected Subcontractor. In accordance with GCC Sub-Clause 19.1,
the Contractor is free to submit proposals for Subcontractors for additional items
from time to time. No Subcontracts shall be placed with any such Subcontractors for
additional items until the Subcontractors have been approved in writing by the
Employer and their names have been added to this list of Approved Subcontractors.
220
Appendix 6: Scope of Works and Supply by the Employer( Not
Applicable)
Prior to issuing the Tendering documents, the Employer shall indicate in this
Appendix details of all personnel and Facilities it will provide for use by the
Contractor and indicate, where applicable, the charges that it will make in respect
of their use.
The Employer shall also identify any part(s) of the facilities it intends to carry out
itself (or by other contractors), and any plant, equipment, or materials that it
proposes to purchase itself and supply to the Contractor for incorporation in the
facilities, indicating, where applicable, the charges that it will make in respect
thereof.
All personnel, facilities, works and supplies will be provided by the Employer in
good time so as not to delay the performance of the Contractor, in accordance with
the approved Time Schedule and Programme of Performance pursuant to GCC sub-
Clause 18.2.
Unless otherwise indicated, all personnel, facilities, works and supplies will be
provided free of charge to the Contractor.
221
Appendix 7: List of Documents for Approval or Review
Pursuant to GCC sub-Clause 20.3.1, the Contractor shall prepare, or cause its
Subcontractor to prepare, and present to the Project Manager in accordance with the
requirements of GCC sub-Clause 18.2 (Programme of Performance), the following
documents for
A. Approval
1.
2.
3.
B. Review
1.
2.
3.
222
Appendix 8: Functional Guarantees(Not Applicable)
1. General
(d) the formula for calculation of liquidated damages for failure to attain the
functional guarantees.
2. Preconditions
The Contractor gives the functional guarantees (specified herein) for the
facilities, subject to the following preconditions being fully satisfied:
[List any conditions for the carrying out of the Guarantee Test referred to in GCC sub-
Clause 25.2.]
3. Functional Guarantees
[List here the production capacity that the Contractor is to guarantee, making
sure to use, as functional guarantees, the figures offered by the Contractor
in its bid.]
and/or
[List here the guaranteed items of consumption per unit of production (e.g., kg,
tons, kcal, kWh, etc.) that the Contractor is to guarantee, making sure to use, as
functional guarantees, the figures offered by the Contractor in its bid.]
223
4.1 Failure to Attain Guaranteed Production Capacity
[To be specified in the appropriate wording for the type of facilities if there are
consumption guarantees.]
[The rate of liquidated damages specified in paras. 4.1 and 4.2 above shall be at
least equivalent to the rate specified in the Tender Data Sheet under ITB sub-
Clause 25.3 (d), for the comparison of functional guarantees provided by the
Tenderers.]
224
(a) production capacity of the Facilities attained in the guarantee test:
ninety-five percent (95%) of the guaranteed production capacity
and/or
(b) average total cost of consumption of all the raw materials and utilities
of the Facilities: one hundred and five percent (105%) of the
guaranteed figures.
225
SECTION IX: FORMS OF SECURITY
226
1. Form of Tender Security (Bank Guarantee)
________________________________
[Bank’s Name, and Address of Issuing Branch or Office]
We have been informed that [name of the Tenderer] (hereinafter called "the
Tenderer") has submitted to you its Tender dated (hereinafter called "the
Tender") for the execution of [name of contract] under Invitation for Tenders No.
[IFB number] (“the IFB”).
(b) does not accept the correction of errors in accordance with the
Instructions to Tenderers (ITT); or
This guarantee will expire: (a) if the Tenderer is the successful Tenderer, upon
our receipt of copies of the contract signed by the Tenderer and the performance
security issued to you upon the instruction of the Tenderer; or (b) if the Tenderer
is not the successful Tenderer, upon the earlier of (i) our receipt of a copy of your
227
notification to the Tenderer of the name of the successful Tenderer; or (ii) twenty-
eight days after the expiration of the Tenderers Tender.
Consequently, any demand for payment under this guarantee must be received
by us at the office on or before that date.
_____________________________
[signature(s)]
228
2. Tender Securing Declaration(Not Applicable)
[The Tenderer shall fill in this Form in accordance with the instructions indicated.]
(a) have withdrawn our Tender during the period of Tender validity
specified in the Form of Tender; or
(b) having been notified of the acceptance of our Tender by the Purchaser
during the period of Tender validity, (i) fail or refuse to execute the
Contract, if required, or (ii) fail or refuse to furnish the Performance
Security, in accordance with the ITB.
We understand this Tender Securing Declaration shall expire if we are not the
successful Tenderer, upon the earlier of (i) our receipt of your notification to us
of the name of the successful Tenderer; or (ii) twenty-eight days after the
expiration of our Tender.
Signed: [insert signature of person whose name and capacity are shown] In the capacity
of [insert legal capacity of person signing the Tender Securing Declaration]
Name: [insert complete name of person signing the Tender Securing Declaration]
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
229
[Note: In case of a Joint Venture, the Tender Securing Declaration must be in the name
of all partners to the Joint Venture that submits the Tender.]
230
3. Performance Security Forms (Bank Guarantee)
Date: ________________
(a) twelve months after our receipt of either (a) or (b) above; or
(b) eighteen months after our receipt of:
231
(ii) a registered letter from the Contractor, attaching a copy of
the notice to the project manager that the Facilities are ready
for commissioning, and stating that fourteen days have
elapsed from receipt of such notice (or seven days have
elapsed if the notice was a repeated notice) and the project
manager has failed to issue a Completion Certificate or
inform the Contractor in writing of any defects or
deficiencies; or
(iii) a registered letter from the Contractor stating that no
Completion Certificate has been issued but the Employer is
making use of the Facilities; or
Consequently, any demand for payment under this guarantee must be received
by us at this office on or before that date.
_____________________
[signature(s)]
232
4. Bank Guarantee—Conditional
Date:
Loan/Credit No:
IFB No:
[Name of Contract]
By this letter we, the undersigned, [name of Bank], a Bank (or company) organized
under the laws of [country of Bank] and having its registered/principal office at
[address of Bank], do hereby jointly and severally with the Contractor irrevocably
guarantee payment owed to you by the Contractor, pursuant to the Contract, up
to the sum of [amount], equivalent to [number] percent ( %) [amount shall not
exceed ten percent (10%) in any case] of the Contract Price until the date of the
Operational Acceptance Certificate and thereafter up to a sum of [amount],
equivalent to [number] percent ( %) [amount shall not exceed five percent (5%) in
any case] of the Contract Price, until twelve (12) months after the date of
Operational Acceptance, or eighteen (18) months after Completion of the
Facilities, whichever comes first.
Where it is agreed between you and the Contractor that the Facilities are to be
accepted in parts, and thus where there are separate Completion and Operational
Acceptance Certificates for each part, this Letter of Guarantee shall be
apportioned to the value of each such part and shall reduce or expire as provided
above on or following Completion or Operational Acceptance of each part.
We shall only undertake to make payment under this Letter of Guarantee upon
our receipt of a written demand signed by your duly authorized officer for a
specified sum, where such demand sets out the reasons for your claim under this
Letter of Guarantee and is accompanied by
(a) a copy of the written notice sent by you to the Contractor before
making the claim under this Guarantee, specifying the Contractor’s
breach of contract and requesting the Contractor to remedy it
233
(b) a letter signed by your duly authorized officer certifying that the
Contractor has failed to remedy the default within the period allowed
for remedial action
(c) a copy of your written notice to the Contractor stating your intent to
claim under this Letter of Guarantee because of the Contractor’s failure
to remedy the default in accordance with the request referred to in
para. (a) above.
Our liability under this Letter of Guarantee shall be to pay to you whichever is
the lesser of the sum so requested or the amount then guaranteed hereunder in
respect of any demand duly made hereunder prior to expiry of this Letter of
Guarantee, without being entitled to inquire whether or not this payment is
lawfully demanded.
This Letter of Guarantee shall be valid from the date of issue until the earlier of
twelve (12) months after the date of Operational Acceptance or eighteen (18)
months after the date of Completion of the Facilities or, where the Facilities are to
be accepted in parts, twelve (12) months after the date of Operational Acceptance
or eighteen (18) months after the date of Completion of the last part or [date],
whichever comes first.
Except for the documents herein specified, no other documents or other action
shall be required, notwithstanding any applicable law or regulation.
If the Defect Liability Period is extended with respect to any part of the Facilities
in accordance with the Contract, you shall notify us, and the validity of this
Letter of Guarantee shall be extended with respect to the percentage of the
Contract Price stipulated in the notification until expiry of such extended Defect
Liability Period.
Our liability under this Letter of Guarantee shall become null and void
immediately upon its expiry, whether it is returned or not, and no claim may be
made hereunder after such expiry or after the aggregate of the sums paid by us
to you shall equal the sums guaranteed hereunder, whichever is the earlier.
We hereby agree that any part of the Contract may be amended, renewed,
extended, modified, compromised, released or discharged by mutual agreement
between you and the Contractor, and this security may be exchanged or
234
surrendered without in any way impairing or affecting our liabilities hereunder
without notice to us and without the necessity for any additional endorsement,
consent or guarantee by us, provided, however, that the sum guaranteed shall
not be increased or decreased.
Yours truly,
[Name of the Bank]
Authorized Signature
235
5. Bank Guarantee Form for Advance Payment
Date: ________________
It is a condition for any claim and payment under this guarantee to be made that
the advance payment referred to above must have been received by the
Contractor on his account number ___________ at [name and address of Bank].
_____________________
[signature(s)]
236
6. Manufacturer’s Authorization Form
We hereby extend our full guarantee and warranty as per Clause 28 of the GCC
for the goods offered for supply by the above firm against this Invitation for
Tenders.
_____________________________________________________________________
[signature for and on behalf of Manufacturer]
237
SECTION X: CERTIFICATES
238
1. Form of Completion Certificate
Date:
Loan/Credit No:
IFB No:
[Name of Contract]
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)
239
2. Form of Operational Acceptance Certificate
Date:
Loan/Credit No:
IFB No:
[Name of Contract]
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)
240
SECTION XI: CHANGE ORDER PROCEDURES
241
Change Order Procedures
Date:
Loan/Credit No:
IFB No:
CONTENTS
1. General
2. Change Order Log
3. References for Changes
ANNEXES
242
Change Order Procedure
1. General
This section provides samples of procedures and forms for implementing changes
in the Facilities during the performance of the Contract in accordance with GCC 39
(Change in the Facilities) of the General Conditions of Contract.
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.
(1) Request for Change as referred to in GCC 39 shall be serially numbered CR-
X-nnn.
Note: (a) Requests for Change issued from the Employer’s Home Office and the
Site representatives of the Employer shall have the following
respective references:
(b) The above number “nnn” is the same for Request for Change,
Estimate for Change Proposal, Acceptance of Estimate, Change
Proposal and Change Order.
243
Annex 1. Request for Change Proposal
(Employer’s Letterhead)
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 [number] days of the date of this letter[or on or before (date)].
(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.
1
Refer to Annex 7.
244
(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)
245
Annex 2. Estimate for Change Proposal
(Contractor’s Letterhead)
With reference to your Request for Change Proposal, we are pleased to notify you of the
approximate cost of preparing the below-referenced Change Proposal in accordance
with GCC 39.2.1 of the General Conditions of Contract. We acknowledge that your
agreement to the cost of preparing the Change Proposal, in accordance with GCC 39.2.2,
is required before estimating the cost for change work.
2
Costs shall be in the currencies of the Contract.
246
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
247
Annex 3. Acceptance of Estimate
(Employer’s Letterhead)
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 GCC 39 of the General Conditions of Contract.
(Employer’s Name)
(Signature)
248
Annex 4. Change Proposal
(Contractor’s Letterhead)
In response to your Request for Change Proposal No. [Number], we hereby submit our
proposal as follows:
(Amount)
3
Costs shall be in the currencies of the Contract.
249
(c) Direct field labour (Total hrs)
(d) Subcontracts
12. Validity of this Proposal: within [Number] days after receipt of this Proposal by the
Employer
(b) The amount of any increase and/or decrease shall be taken into account in
the adjustment of the Contract Price.
250
(c) Contractor’s cost for preparation of this Change Proposal:2
(Note) This cost shall be reimbursed by the Employer in case of Employer’s
withdrawal or rejection of this Change Proposal without default of the Contractor in
accordance with GCC 39 of the General Conditions of Contract.
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
2
Specify where necessary.
251
Annex 5. Change Order
(Employer’s Letterhead)
We approve the Change Order for the work specified in the Change Proposal (No.
[Number]), and agree to adjust the Contract Price, Time for Completion and/or other
conditions of the Contract in accordance with GCC 39 of the General Conditions of
Contract.
5. Authorized Price:
252
Annex 6. Pending Agreement Change Order
(Employer’s Letterhead)
We instruct you to carry out the work in the Change Order detailed below in accordance
with GCC 39 of the General Conditions of Contract.
(Employer’s Name)
(Signature)
(Name of signatory)
253
(Title of signatory)
254
Annex 7. Application for Change Proposal
(Contractor’s Letterhead)
8. Appendix:
(Contractor’s Name)
(Signature)
(Name of signatory)
(Title of signatory)
255
SECTION IX: FORMS OF INTEGRITY
256
UNDERTAKING BY TENDERER ON ANTI – BRIBERY POLICY/
CODE OF CONDUCT AND COMPLIANCE PROGRAMME
(Made under Regulation 78 (2) of GN 446 of 2013
Each tenderer must Submit a statement, as part of the tender documents, in either
of the formats in this section.
MEMORANDUM (Format 1)
Authorized Signature:
Name of Tenderer:
Address:
MEMORANDUM (Format 2)
Authorized Signature:
Name of Tenderer:
Address:__________________________________________________________