+ All Categories
Home > Documents > Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18...

Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18...

Date post: 23-Sep-2018
Category:
Upload: letuyen
View: 216 times
Download: 0 times
Share this document with a friend
122
1 Mossel Bay Municipality TENDER 106-17/18 SUPPLY AND DELIVERY OF ELECTRICAL MATERIAL CLOSING DATE: 8 JUNE 2018 CLOSING TIME: 12:00 NAME OF BIDDER* : .......................................................................................................................... ADDRESS* : .......................................................................................................................... : .......................................................................................................................... : .......................................................................................................................... : .......................................................................................................................... TEL NUMBER* : .......................................................................................................................... FAX NUMBER* : .......................................................................................................................... E-MAIL* : .......................................................................................................................... CENTRAL SUPPLIER DATABASE REG NO* : ......................................................................................................................... B-BBEE LEVEL OF CONTRIBUTION* : .......................................................................................................................... TENDER AMOUNT (VAT INCLUDED)* : ....(see pages 84 – 99)....................................................................................... (* - TO BE COMPLETED BY BIDDER) Prepared by: Mossel Bay Municipality PO Box 25 Mossel Bay 6500
Transcript
Page 1: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

1

Mossel Bay Municipality

TENDER 106-17/18

SUPPLY AND DELIVERY OF ELECTRICAL MATERIAL

CLOSING DATE: 8 JUNE 2018 CLOSING TIME: 12:00

NAME OF BIDDER* : .......................................................................................................................... ADDRESS* : ..........................................................................................................................

: .......................................................................................................................... : .......................................................................................................................... : ..........................................................................................................................

TEL NUMBER* : .......................................................................................................................... FAX NUMBER* : .......................................................................................................................... E-MAIL* : .......................................................................................................................... CENTRAL SUPPLIER DATABASE REG NO* : ......................................................................................................................... B-BBEE LEVEL OF CONTRIBUTION* : .......................................................................................................................... TENDER AMOUNT (VAT INCLUDED)* :....(see pages 84 – 99)....................................................................................... (* - TO BE COMPLETED BY BIDDER)

Prepared by:

Mossel Bay Municipality PO Box 25 Mossel Bay 6500

Page 2: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

2

INDEX

SECTION 1 PAGE

1.1 INVITATION TO TENDER 3

1.2 TENDER CONDITIONS AND INFORMATION 4

1.3 GENERAL CONDITIONS OF CONTRACT 11

1.4 SPECIAL CONDITIONS OF CONTRACT 17

SECTION 2

2.1 SPECIFICATIONS 18

2.2 PRICING SCHEDULE 84

SECTION 3

3.1 MBD1: BID FOR REQUIREMENTS OF THE MUNICIPALITY OF MOSSEL BAY 100

SECTION 4

4.1 MBD4: DECLARATION OF INTEREST 103

4.2 MBD6.1: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

106

4.3 MUNICIPAL RATES AND TAXES 111

4.4 AUTHORISED SIGNATORY 112

4.5 MBD8: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES 113

4.6 MBD9: CERTIFICATE OF INDEPENDENT BID DETERMINATION 115

SECTION 5 DECLARATION 118

SECTION 6 CONTRACT FORM 119

Page 3: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

3

SECTION 1.1: INVITATION TO TENDER CLOSING TIME: 12:00 CLOSING DATE: 8 JUNE 2018

TENDER 106-17/18: SUPPLY AND DELIVERY OF ELECTRICAL MATERIAL

Tenders are hereby invited from suppliers for the supply and delivery of electrical material for a period from 1 July 2018 to 30 June 2021. Tenders must be submitted on the original documents and remain valid for ninety (90) days after the closing date of the tender. Enquiries pertaining to the specifications can be addressed to [email protected] Enquiries pertaining to the completion of the documents can be addressed to Ms. Shadé Fortuin at telephone (044) 606-5192. A set of tender documents can be obtained at a non-refundable cost of R304,50 per set from Ms Shadé Fortuin who may be contacted at telephone (044) 606-5192 OR it can be obtained on our website at www.mosselbay.gov.za free of charge (follow the procurement-link on the left hand side). Payments must be made at the cashiers at the Mossel Bay Municipality’s Main Building, 101 Marsh Street on the Lower Ground Floor (seaside) prior to collecting the tender document and proof of payment must be submitted when collecting the tender document from the Supply Chain Management Offices, Plaza Aquada Building, 55 Marsh Street, Mossel Bay. Fully completed tender documents must be placed in a sealed envelope and placed in the tender box on the Lower Ground floor (seaside) at the Mossel Bay Municipality Main Building, 101 Marsh Street, Mossel Bay by not later than 12h00 on Friday, 8 June 2018 or be mailed to reach the Tender Box, Mossel Bay Municipality, PO Box 25, Mossel Bay, 6500 before the specified closing date and time. The envelopes must be endorsed clearly with the number, title and closing date of the tender as above. The tender will be evaluated on the 80/20 Preference Points system as prescribed by the Preferential Procurement Regulations, 2017. Receipts will be issued on request only for tenders handed in during office hours from Mondays to Fridays. Receipts will not be issued for tenders placed in the tender box after hours or which are received by mail. The tender box will be emptied just after 12:00 on the closing date as above, hereafter all bids will be opened in public. Late tenders or tenders submitted by e-mail or fax will under no circumstances be accepted. The Municipality reserves the right to withdraw any invitation to tender and/or to re-advertise or to reject any tender or to accept a part of it. The Municipality does not bind itself to accepting the lowest tender or award a contract to the bidder scoring the highest number of points. It is expected of all Bidders who are not yet registered on the Central Supplier Database to register without delay on the prescribed form. The Municipality reserves the right not to award tenders to Bidders who are not registered on the Database. ADV THYS GILIOMEE MUNICIPAL MANAGER

Page 4: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

4

SECTION 1.2: TENDER CONDITIONS AND INFORMATION 1.2.1 General and Special Conditions of Contract The General Conditions of Contract (GCC) as well as Special Conditions of Contract (SCC) forming part of this set of tender documents will be applicable to this tender in addition to the conditions of tender. Where the GCC and SCC are in conflict with one another, the stipulations of the SCC will prevail. 1.2.2 Acceptance or Rejection of a Tender

The Municipality reserves the right to withdraw any invitation to tender and/or to re-advertise or to reject any tender or to accept a part of it. The Municipality does not bind itself to accepting the lowest tender or the tender scoring the highest points.

1.2.3 Validity Period Bids shall remain valid for ninety (90) days after the tender closure date. 1.2.4 Cost of Tender Documents Payment for tender documents, if specified, must be made by a crossed cheque payable to the Municipality of Mossel Bay. These costs are non-refundable. 1.2.5 Registration on Central Supplier Database

It is expected of all prospective service providers who are not yet registered on the Central Supplier Database to register without delay on the prescribed form. The Municipality reserves the right not to award tenders to prospective suppliers who are not registered on the Database.

1.2.6 Completion of Tender Documents (a) The original tender document must be completed fully in black ink and signed by the authorised signatory

to validate the tender. Section 5: DECLARATION must be completed and signed by the authorised signatory and returned. Failure to do so will result in the disqualification of the tender.

(b) Tender documents may not be retyped. Retyped documents will result in the disqualification of the

tender. (c) The complete original tender document must be returned. Missing pages will result in the disqualification

of the tender. (d) No unauthorised alteration of this set of tender documents will be allowed. Any unauthorised alteration

will disqualify the tender automatically. Any ambiguity has to be cleared with contact person for the tender before the tender closure.

(e) The tender document as provided by the Municipality’s Supply Chain Management Section will be the prevailing document in the event of an inconsistency between the completed submitted tender document by a bidder and the tender document provided by the Municipality.

Page 5: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

5

1.2.7 Compulsory Documentation 1.2.7.1 Tax Clearance Certificate

(a) A copy of a Tax Compliance Status Pin and a Tax Compliance Certificate, printed from the South African Revenue Service (SARS) website, must accompany the bid documents. The onus is on the bidder to ensure that their tax matters with SARS are in order. (b) In the case of a Consortium/Joint Venture every member must submit a separate Tax Compliance Status Pin and a Tax Compliance Certificate, printed from the SARS website, with the bid documents. (c) If a bid is not supported by a Tax Compliance Status Pin and a Tax Compliance Certificate as an attachment to the bid documents, the Municipality reserves the right to obtain such documents after the closing date to verify that the bidder’s tax matters are in order. If no such document can be obtained within a period as specified by the Municipality, the bid will be disqualified. (d) The Tax Compliance Status Pin will be verified by the Municipality on the SARS website.

1.2.8 Other Documentation 1.2.8.1 Construction Industry Development Board (CIDB) (If applicable) When applicable, the bidder’s CIDB registration number must be included with the tender. The Municipality will verify the bidder’s CIDB registration during the evaluation process. 1.2.8.2 Municipal Rates, Taxes and Charges (a) A copy of the bidder’s and those of its Directors municipal accounts (for the Municipality where the bidder pays his account) for the month preceding the tender closure date must accompany the tender documents. If such a copy does not accompany the bid document of the successful bidder, the Municipality reserves the right to obtain such documents after the closing date to verify that their municipal accounts are in order.

(b) Any bidder which is or whose directors are in arrears with their municipal rates and taxes or municipal charges due to any Municipality or any of its entities for more than three months and have not made an arrangement for settlement of same before the bid closure date will be unsuccessful. (c) If a bidder rents their premises, proof must be submitted that the rental includes their municipal rates and taxes or municipal charges and that their rent is not in arrears.

1.2.9 Authorised Signatory

(a) A copy of the recorded Resolution taken by the Board of Directors, members, partners or trustees authorising the representative to submit this bid on the bidder’s behalf must be attached to the Bid Document on submission of same.

(b) A bid shall be eligible for consideration only if it bears the signature of the bidder or of some

person duly and lawfully authorised to sign it for and on behalf of the bidder.

Page 6: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

6

(c) If such a copy of the Resolution does not accompany the bid document of the successful bidder, the Municipality reserves the right to obtain such document after the closing date to verify that the signatory is in order. If no such document can be obtained within a period as specified by the Municipality, the bid will be disqualified.

1.2.10 Site / Information Meetings (a) Site or information meetings, if specified, are compulsory. Bids will not be accepted from bidders who have not attended compulsory site or information meetings. Bidders that arrive 15 minutes or more after the advertised time the meeting starts will not be allowed to attend the meeting or to sign the attendance register. If a bidder is delayed, he must inform the contact person before the meeting commence and will only be allowed to attend the meeting if the chairperson of the meeting as well as all the other bidders attending the meeting, give permission to do so. (b) All partners or the leading partner of a Joint Venture must attend the compulsory site or information meeting. 1.2.11 Samples Samples, if requested, are to be provided to the Municipality with the tender document or as stipulated. 1.2.12 Quantities of Specific Items If tenders are called for a specific number of items, the Municipality reserves the right to change the number of such items to be higher or lower. The successful bidder will then be given an opportunity to evaluate the new scenario and inform the Municipality if it is acceptable. If the successful bidder does not accept the new scenario, it will be offered to the second-placed bidder. The process will be continued to the Municipality’s satisfaction. 1.2.13 Submission of Tender (a) The tender must be placed in a sealed envelope, or envelopes when the two-envelope system is specified, clearly marked with the tender number, title as well as closing date and time and

placed in the tender box on the Lower Ground floor (seaside) at the Municipality by not later than 12:00 on Friday, 8 June 2018.

OR - be mailed to reach the Tender Box, Mossel Bay Municipality, PO Box 25, Mossel Bay, 6500 before

the specified closing date and time.

(b) Faxed, e-mailed and late tenders will not be accepted. Tenders may be delivered by hand, by courier, or posted at the bidder’s risk and must be received by the deadline specified above, irrespective of how they are sent or delivered.

1.2.14 Expenses Incurred in Preparation of Tender The Municipality shall not be liable for any expenses incurred in the preparation and submission of the tender.

Page 7: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

7

1.2.15 Contact with Municipality after Tender Closure Date Bidders shall not contact the Mossel Bay Municipality on any matter relating to their bid from the time of the

opening of the bid to the time the contract is awarded. If a bidder wishes to bring additional information to the notice of the Mossel Bay Municipality, it should do so in writing to the Mossel Bay Municipality. Any effort by the firm to influence the Mossel Bay Municipality in the bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid.

1.2.16 Opening, Recording and Publications of Tenders Received (a) Tenders will be opened on the closing date immediately after the closing time specified in the tender documents. If requested by any bidder present, the names of the bidders, and if practical, the total amount of each bid and of any alternative bids will be read out aloud. (b) Details of tenders received in time will be recorded in a register which is open to public inspection. (c) Faxed, e-mailed and late tenders will not be accepted. 1.2.17 Evaluation of Tenders Tenders will be evaluated in terms of their responsiveness to the tender specifications and requirements as well as such additional criteria as set out in this set of tender documents. 1.2.18 Procurement Policy Bids will be awarded in accordance with the Preferential Procurement Regulations, 2017 pertaining to the Preferential Procurement Policy Framework Act, No 5 of 2000 and its amendments as well as the Municipality’s Supply Chain Management Policy. 1.2.19 Contract (a) The successful bidder will be expected to sign the agreement in Section 6 of this bid document. The

signing of both Parts of Section 6 of this bid document signifies the conclusion of the contract. The Municipality, at its discretion, may request the signing of an additional Service Level Agreement which, together with the signed tender document, will constitute the full agreement between the Municipality and the successful bidder.

1.2.20 Subcontracting (a) The Contractor shall not subcontract the whole of the Contract. (b) Except where otherwise provided by the Contract, the Contractor shall not subcontract any part of the

Contract without the prior written consent of the Municipality, which consent shall not be unreasonably withheld.

(c) The contractual relationship between the Contractor and any subcontractors selected by the Contractor in

consultation with the Municipality in accordance with the requirements of and a procedure contained within the Scope of Work, shall be the same as if the Contractor had appointed the subcontractor in terms of paragraph (b) above.

Page 8: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

8

(d) Any consent granted in accordance with paragraph (b) or appointment of a subcontractor in accordance

with paragraph (c) shall not imply a contract between the Municipality and the subcontractor, or a responsibility or liability on the part of the Municipality to the subcontractor and shall not relieve the Contractor from any liability or obligation under the Contract and he shall be liable for the acts, defaults and neglects of any subcontractor, his agents or employees as fully as if they were the acts, defaults or neglects of the Contractor, his agents or employees.

(e) The Contractor shall not be required to obtain such consent for –

(i) the provision of labour, or (ii) the purchase of materials which are in accordance with the Contract, or (iii) the purchase or hire of Construction Equipment.

1.2.21 Language of Contract The contract documents will be compiled in English and the English versions of all referred documents will be taken as applicable. 1.2.22 Extension of Contract The contract with the successful bidder may be extended should additional funds become available. 1.2.23 Stamp and Other Duties The successful bidder will be liable for all duties and costs on legal documents resulting in the establishment of a contract and for the surety and retentions 1.2.24 Wrong Information Furnished Where a contract has been awarded on the strength of the information furnished by the bidder which, after the conclusion of the relevant agreement, is proved to have been incorrect, the Municipality may, in addition to any other legal remedy it may have, recover from the contractor all costs, losses or damages incurred or sustained by the Municipality as a result of the award of the contract. 1.2.25 Past Practices (a) The bid of any bidder may be rejected if that bidder or any of its directors have abused the municipality’s supply chain management system or committed any improper conduct in relation to such system. (b) The bid of any bidder may be rejected if it is or has been found that that bidder or any of its directors influenced or tried to influence any official or councillor with this or any past tender. (c) The bid of any bidder may be rejected if it is or has been found that that bidder or any of its directors offered, promised or granted any official or any of his/her close family members, partners or associates any reward, gift, favour, hospitality or any other benefit in any improper way, with this or any past tender.

Page 9: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

9

1.2.26 Validity of BEE certificates:

(a) If the certificate was issued by a verification agency the following must be on the face of the certificate:

SANAS logo, unique BVA number, must be an original certificate or a copy of the original, the name and physical location of the bidder, the registration number and, where applicable, the VAT number of the bidder, the date of issue and date of expiry of the certificate, the certificate number for identification and reference, the scorecard that was used (for example EME, QSE or Generic), the name and / or logo of the Verification Agency, the certificate must be signed by the authorized person from the Verification Agency and the B-BBEE Status Level of Contribution obtained by the bidder.

(b) If certificate was issued by an Auditor/ Accounting Officers:

The Accounting Officer’s or Registered Auditor’s letter head with full contact details, the Accounting Officer’s or Registered Auditor’s practice numbers, the name and the physical location of the bidder, the registration number and, where applicable, the VAT number of the bidder, the date of issue and date of expiry, the B-BBEE Status Level of Contribution obtained by the measured entity, the total black shareholding and total black female shareholding, the B-BBEE Status Level of Contribution obtained by the bidder and must be an original certificate or a copy of the original.

(c) If the certificate was issued by registered auditors approved by IRBA

Clearly identify the B-BBEE approved registered auditor by the auditor’s individual registration number with IRBA and the auditor’s logo, clearly record an approved B-BBEE Verification Certificate identification reference in the format required by the SASAE, reflect relevant information regarding the identity and location of the measured entity, identify the Codes of Good Practice or relevant Sector Codes applied in the determination of the scores, record the weighting points (scores) attained by the measured entity for each scorecard element, where applicable, and the measured entity’s overall B-BBEE Status Level of Contribution, reflect that the B-BBEE Verification Certificate and accompanying assurance report issued to the measured entity is valid for 12 months from the date of issuance and reflect both the issuance and expiry date, and the B-BBEE Status Level of Contribution obtained by the bidder and must be an original certificate or a copy of the original.

(d) A sworn affidavit prescribed by the B-BBEE Codes of Good Practice.

FAILURE TO COMPLY WITH THE ABOVEMENTIONED WILL RESULT IN NO PREFERENCE POINTS BEING AWARDED

1.2.27 Letter of Good Standing from the Commissioner of Compensation

(a) A valid Letter of Good Standing from the Compensation Commissioner or a copy thereof, must accompany the bid documents unless the bidder is registered on the Central Supplier Database and they have a valid Letter of Good Standing from the Compensation Commissioner or a copy thereof for the bidder on record. The onus is on the bidder to ensure that the Municipality has a valid Letter of Good Standing from the Compensation Commissioner or a copy thereof on record.

(b) In the case of a Consortium/Joint Venture every member must submit a separate valid Letter of Good Standing from the Compensation Commissioner or a copy thereof with the bid documents unless the member is registered on the Central Supplier Database and they have a valid Letter of Good Standing from

Page 10: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

10

the Compensation Commissioner or a copy thereof on record for all members of the Consortium/Joint Venture. (c) If a bid is not supported by a valid Letter of Good Standing from the Compensation Commissioner or a copy thereof, either as an attachment to the bid documents or on record in the case of suppliers registered on the Central Supplier Database, the Municipality reserves the right to obtain such document after the closing date. If no such document can be obtained within a period as specified by the Municipality, the bid will be disqualified.

(d) If a bid is accompanied by proof of application for valid Letter of Good Standing from the Compensation Commissioner, the original or copy thereof must be submitted on/or before the final date of award. (e) Should a bidder’s Letter of Good Standing from the Compensation Commissioner expires during the contract period, a valid certificate must be submitted within an agreed upon time. (f) The right is reserved to not award a tender if a valid Letter of Good Standing from the Compensation Commissioner or a certified copy thereof is not submitted within the requested time.

1.2.28 Negotiations

Should the tender prices be higher than the available funds of the client, the client reserves the right to negotiate with the successful bidder to limit the work in accordance with the tender specifications in order not to exceed the available budget.

1.2.29 Enquiries

Enquiries in connection with this tender, prior to the tender closure date, may be addressed to [email protected]

oooOOOooo

Page 11: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

11

1.3 GENERAL CONDITIONS OF CONTRACT 1. Definitions 1. The following terms shall be interpreted as indicated: 1.1 “Closing time” means the date and hour specified in the bidding documents for the receipt of bids. 1.2 “Contract” means the written agreement entered into between the purchaser and the supplier, as recorded in the contract form

signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. 1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual

obligations. 1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in

the procurement process or in contract execution. 1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market

its products internationally. 1.6 “Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied. Goods

are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

1.7 “Day” means calendar day. 1.8 “Delivery” means delivery in compliance of the conditions of the contract or order. 1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand. 1.10 “Delivery into consignees store or to his site” means delivered and unloaded in the specified store or depot or on the specified site in

compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the goods are so delivered and a valid receipt is obtained.

1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA.

1.12 “Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

1.14 “GCC” means the General Conditions of Contract. 1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under

the contract. 1.16 “Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which have

been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the goods covered by the bid will be manufactured.

1.17 “Local content” means that portion of the bidding price, which is not included in the imported content provided that local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using labour, materials, components and machinery and includes other related value-adding activities.

1.19 “Order” means an official written order issued for the supply of goods or works or the rendering of a service. 1.20 “Project site,” where applicable, means the place indicated in bidding documents. 1.21 “Purchaser” means the organization purchasing the goods. 1.22 “Republic” means the Republic of South Africa. 1.23 “SCC” means the Special Conditions of Contract. 1.24 “Services” means those functional services ancillary to the supply of the goods, such as transportation and any other incidental

services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract.

1.25 “Supplier” means the successful bidder who is awarded the contract to maintain and administer the required and specified service(s) to the State.

1.26 “Tort” means in breach of contract. 1.27 “Turnkey” means a procurement process where one service provider assumes total responsibility for all aspects of the project and

delivers the full end product / service required by the contract. 1.28 “Written” or “in writing” means hand-written in ink or any form of electronic or mechanical writing.

Page 12: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

12

2. Application 2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services

(excluding professional services related to the building and construction industry), sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2 Where applicable, special conditions of contract are also laid down to cover specific goods, services or works. 2.3 Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply. 3. General 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the preparation

and submission of a bid. Where applicable a non-refundable fee for documents may be charged. 3.2 Invitations to bid are usually published in locally distributed news media and on the municipality/municipal entity website. 4. Standards 4.1 The goods supplied shall conform to the standards mentioned in the bidding documents and specifications. 5. Use of contract documents and information inspection 5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The supplier shall not, without the purchaser’s prior written consent, make use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract.

5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser.

5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

6. Patent Rights 6.1 The supplier shall indemnify the purchaser against all third-party claims of infringement of patent, trademark, or industrial design

rights arising from use of the goods or any part thereof by the purchaser. 6.2 When a supplier developed documentation / projects for the municipality / municipal entity, the intellectual, copy and patent rights or

ownership of such documents or projects will vest in the municipality / municipal entity. 7. Performance security 7.1 Within thirty (30) days of receipt of the notification of contract award, the successful bidder shall furnish to the purchaser the

performance security of the amount specified in SCC. 7.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the

supplier’s failure to complete his obligations under the contract. 7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible currency acceptable to the

purchaser and shall be in one of the following forms: (a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or (b) a cashier’s or certified cheque.

7.4 The performance security will be discharged by the purchaser and returned to the supplier not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified.

8. Inspections, tests and analyses 8.1 All pre-bidding testing will be for the account of the bidder. 8.2 If it is a bid condition that goods to be produced or services to be rendered should at any stage be subject to inspections, tests and

analyses, the bidder or contractor’s premises shall be open, at all reasonable hours, for inspection by a representative of the purchaser or organization acting on behalf of the purchaser.

8.3 If there are no inspection requirements indicated in the bidding documents and no mention is made in the contract, but during the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the goods to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.

8.5 Where the goods or services referred to in clauses 8.2 and 8.3 do not comply with the contract requirements, irrespective of whether such goods or services are accepted or not, the cost in connection with these inspections, tests or analyses shall be defrayed by the supplier.

8.6 Goods and services which are referred to in clauses 8.2 and 8.3 and which do not comply with the contract requirements may be rejected.

Page 13: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

13

8.7 Any contract goods may on or after delivery be inspected, tested or analysed and may be rejected if found not to comply with the requirements of the contract. Such rejected goods shall be held at the cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with goods, which do comply with the requirements of the contract. Failing such removal, the rejected goods shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute goods forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected goods, purchase such goods as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 22 of GCC.

9. Packing 9.1 The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their

final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing, case size weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, and in any subsequent instructions ordered by the purchaser.

10. Delivery and documents 10.1 Delivery of the goods and arrangements for shipping and clearance obligations, shall be made by the supplier in accordance with the

terms specified in the contract. 11. Insurance 11.1 The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to

manufacture or acquisition, transportation, storage and delivery in the manner specified. 12. Transportation 12.1 Should a price other than an all-inclusive delivered price be required, this shall be specified. 13. Incidental Services 13.1 The supplier may be required to provide any or all of the following services, including additional services, if any:

(a) performance or supervision of on-site assembly and/or commissioning of the supplied goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied goods; (c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods; (d) performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and (e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in the contract price for the goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

14. Spare parts 14.1 As specified, the supplier may be required to provide any or all of the following materials, notifications, and information pertaining to

spare parts manufactured or distributed by the supplier: (a) such spare parts as the purchaser may elect to purchase from the supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and; (b) in the event of termination of production of the spare parts: (i) advance notification to the purchaser of the pending termination, in sufficient time to permit the purchaser to procure needed requirements; and (ii) following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

15. Warranty 15.1 The supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models, and that

they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise.

15.3 The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty.

Page 14: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

14

15.4 Upon receipt of such notice, the supplier shall, within the period specified and with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s) within the period specified, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser may have against the supplier under the contract.

16. Payment 16.1 The method and conditions of payment to be made to the supplier under this contract shall be specified. 16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note and upon fulfilment of other

obligations stipulated in the contract. 16.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after submission of an invoice or claim

by the supplier. 16.4 Payment will be made in Rand unless otherwise stipulated. 17. Prices 17.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted

by the supplier in his bid, with the exception of any price adjustments authorized or in the purchaser’s request for bid validity extension, as the case may be.

18. Variation orders 18.1 In cases where the estimated value of the envisaged changes in purchase does not vary more than 15% of the total value of the

original contract, the contractor may be instructed to deliver the goods or render the services as such. In cases of measurable quantities, the contractor may be approached to reduce the unit price, and such offers may be accepted provided that there is no escalation in price.

19. Assignment 19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior

written consent. 20. Subcontracts 20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under this contracts if not already specified in the bid.

Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract. 21. Delays in the supplier’s performance 21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by

the purchaser in the contract. 21.2 If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter conditions impeding timely

delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract.

21.3 The right is reserved to procure outside of the contract small quantities or to have minor essential services executed if an emergency arises, the supplier’s point of supply is not situated at or near the place where the goods are required, or the supplier’s services are not readily available.

21.4 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 22.2 without the application of penalties.

21.5 Upon any delay beyond the delivery period in the case of a goods contract, the purchaser shall, without cancelling the contract, be entitled to purchase goods of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be entitled to claim damages from the supplier.

22. Penalties 22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s)

specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also consider termination of the contract pursuant to GCC Clause 23.

Page 15: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

15

23. Termination for default 23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, may

terminate this contract in whole or in part: (a) if the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2; (b) if the supplier fails to perform any other obligation(s) under the contract; or (c) if the supplier, in the judgement of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms and in such manner, as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

23.3 Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

23.4 If a purchaser intends imposing a restriction on a supplier or any person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the supplier as having no objection and proceed with the restriction.

23.5 Any restriction imposed on any person by the purchaser will, at the discretion of the purchaser, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the purchaser actively associated.

23.6 If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury, with the following information: (i) the name and address of the supplier and / or person restricted by the purchaser; (ii) the date of commencement of the restriction (iii) the period of restriction; and (iv) the reasons for the restriction. These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7 If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website

24. Antidumping and countervailing duties and rights 24.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount

of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the supplier to the purchaser or the purchaser may deduct such amounts from moneys (if any) which may otherwise be due to the supplier in regard to goods or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which may be due to him.

25. Force Majeure 25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security,

damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure. 25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Termination for insolvency 26.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or

otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the purchaser.

27. Settlement of Disputes 27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or arising out of

the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

Page 16: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

16

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation in respect of this matter may be commenced unless such notice is given to the other party.

27.3 Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law. 27.4 Notwithstanding any reference to mediation and/or court proceedings herein, (a) the parties shall continue to perform their respective

obligations under the contract unless they otherwise agree; and (b) the purchaser shall pay the supplier any monies due the supplier for goods delivered and / or services rendered according to the prescripts of the contract.

28. Limitation of Liability 28.1 Except in cases of criminal negligence or wilful misconduct, and in the case of infringement pursuant to Clause 6; (a) the supplier

shall not be liable to the purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and (b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

29. Governing language 29.1 The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the

parties shall also be written in English. 30. Applicable law 30.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified. 31. Notices 31.1 Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified mail and any other notice to him

shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice.

31.2 The time mentioned in the contract documents for performing any act after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice.

32. Taxes and duties 32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the

purchaser’s country. 32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted goods to

the purchaser. 32.3 No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid SARS must have

certified that the tax matters of the preferred bidder are in order. 32.4 No contract shall be concluded with any bidder whose municipal rates and taxes and municipal services charges are in arrears. 33. Transfer of contracts 33.1 The contractor shall not abandon, transfer, cede assign or sublet a contract or part thereof without the written permission of the

purchaser 34. Amendment of contracts 34.1 No agreement to amend or vary a contract or order or the conditions, stipulations or provisions thereof shall be valid and of any force

unless such agreement to amend or vary is entered into in writing and signed by the contracting parties. Any waiver of the requirement that the agreement to amend or vary shall be in writing, shall also be in writing.

35. Prohibition of restrictive practices 35.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice

by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is / are or a contractor(s) was / were involved in collusive bidding.

35.2 If a bidder(s) or contractor(s) based on reasonable grounds or evidence obtained by the purchaser has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in section 59 of the Competition Act No 89 0f 1998. 35.3 If a bidder(s) or contractor(s) has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

Page 17: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

17

SECTION 1.4: SPECIAL CONDITIONS OF CONTRACT 1.4.1 This tender is for the supply and delivery of electrical material for a period from 1 July 2018 to 30 June 2021. 1.4.2 Evaluation

(a) Bids will be evaluated per item on the total amount for years 1, 2 and 3. (b) Item 2 and Item 5 will be evaluated as one (1) item as it will be impractical to award these items to more

than one bidder. 1.4.3 Alternative Bidders

(a) A maximum of two (2) suppliers will be appointed and be used as follows: - If the successful bidder (preferred bidder) is unable to deliver the required quantity per order, the

supplier must confirm this in writing (within 2 hours after the receipt of the official order) and then the first alternative will be used.

- If the first alternative is unable to deliver the required quantity per order, the supplier must confirm this in writing (within 2 hours after the receipt of the official order) and then quotations will be obtained.

- If no positive response is received from the bidder within two hours after the receipt of the order it will be deemed that the goods cannot be delivered and the next alternative bidder will be used.

1.4.4 Pricing

(a) All prices must be inclusive of VAT, delivery cost and be valid for the period 1 July 2018 to 30 June 2019.

(b) Prices must be firm. In the event that a bidder is unable to keep his prices firm and fixed for the

three (3) year period (including yearly CPIX and additional escalation as set out by the bidder in the tender document), the bid may be considered as submitting a non-responsive bid.

1.4.5 Alternative Offers

(a) No alternative offers will be accepted. Prices must ONLY be quoted on the items as described in

Section 2.3 of this tender document.

Page 18: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

18

SECTION 2.1: SPECIFICATIONS Item 1: 11 000/420/242 Volt Miniature Substation 1.1 COMPLIANCE WITH SPECIFICATIONS: Except where otherwise specified, the equipment and its auxiliaries and fittings shall comply with the following specifications and amendments: Transformers to SABS : 780 -1966 Current Transformers to BSS : 3938 High Voltage Fuses to BSS : 2692 Busbars to BSS : 158 & 159 Cable Boxes to BSS : 2562 Colour and Markings to BSS : 381C & 158 Transformer Oil to SABS : 555 LT Breakers tests to SABS : 156 - 1977 All departure from the requirements of the specification shall be stated; otherwise no departures will be permitted. 1.2 DESIGN AND CONSTRUCTION: The miniature substation shall be designed to facilitate inspection, cleaning and repairs. All apparatus supplied shall be designed to ensure satisfactory, continuous operation and all materials used shall be suitable for working under the humid coastal atmospheric conditions prevailing in the Mossel Bay region, under such variations of load and voltage as may be met with under working conditions, including those due to short circuits. The design shall incorporate every reasonable precaution and provision for the safety of all those concerned in the operation and maintenance of the miniature substation and the associated cables. All materials used in the miniature substation shall be new and of best quality. The miniature substation shall generally consist of three (3) separate compartments. The whole design, which includes the roof and shell, be made from 3mm mild steel plate. NB: These plates must be heavy duty galvanised to SABS 763 - 1966 standard. Each switch compartment shall be provided with separate doors, the door handles of which shall be made from stainless steel, as well as the door hinges, having measurements not less than 60mm wide and 6mm thick and not less than a 10mm diameter hinge pin. NB: (Doors shall be fitted with a restraining device to prevent whipping in windy weather). An earthing connection in the form of a copper strap 25,4mm by 3,2mm bonding all the compartments, shall be provided. The earth strap shall have provisions for connections from all cable sheaths and earth electrodes. It shall be designed for mounting on a concrete plinth, having all incoming and outgoing cables buried underground. Cubicles shall be sufficiently ventilated and shall be constructed in such a way as to prevent the ingress of rain or moisture. All apparatus shall be designed to obviate the risk of accidental short circuits due to birds, animals, insects and vermin. All bolts, nuts and studs shall be of brass, phosphor bronze, stainless steel, electro galvanised or cadmium plated steel.

Page 19: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

19

All bolts shall be fitted with locking washers. 1.3 CLEANING AND PAINTING - MINI-SUBSTATION COVER & TRANSFORMER: The equipment shall be fully painted and protected so that no further painting will be required after erection. The following paint specifications will apply: (a) Primer: Calcium plumbate (24 hours drying) (b) Coat 1: Chlorinated rubber (Appropriate colour) (c) Coat 2: Chlorinated rubber (Appropriate colour) 1.4 M V COMPARTMENT (With compact, metal-enclosed indoor switchgear in accordance with IEC 298.) To contain the following: Standard specifications for Ring Main Unit switchgears.

1.4.1 General Conditions These specifications apply to factory-built, RMU type, metal-enclosed indoor switchgears. The equipment to be supplied shall come in the form of a compact switchboard and shall meet the following requirements: Easy to install Safe and easy to operate Compact Low maintenance The supplier shall be capable of proving that he has a broad experience in the area of MV switchgears and shall provide proof that he has already supplied equipment of the equivalent type and brand which has been in operation for at least three years. Upon the request, units shall be available either in standard compact range or in extensible versions. Details for extensibility design shall be provided including the basic principle and operations. Extensibility shall be easily possible on site by the customer, without SF6 handling, without any particular floor preparation and specific tools. When assembled, the extensible units shall respect integral insulation and insensitivity to the environment.

1.4.2 Standards In order to be accepted, the switchgear shall comply with the requirements stated in the latest editions of the following recommendations, standard and specifications: IEC standards IEC 298 MV metal-enclosed switchgear, IEC 265 MV switches, IEC 129 AC disconnectors and earthing switches, IEC 694 common clauses for MV switchgear standards, IEC 56 MV AC circuit breakers, IEC 801 monitoring and control EC 529 degrees of protection procured by enclosures (IP code). 1.4 3 Service conditions The RMU shall be suitable for operations at a height of less than 1000 meters above sea level. The RMU shall be capable of operating normally within the following temperature range: Maximum air temperature: + 40 °C Minimum air temperature: - 25 °C

Page 20: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

20

Manufacturer shall declare whether RMU is able to operate in air temperature higher than + 40 °C and if current derating is necessary. The RMU shall be capable of being operated in electrically exposed locations. The RMU shall be capable of being installed in either concrete indoor substations or in compact metal substations and kiosks with an IP54 rating. Manufacturer shall give all details regarding its solution for free-standing outdoor installations when requested.

1.4.4 System Parameters

Network Three phases - Three wires

Rated Voltage 17,5 – 24 kV

Service Voltage kV

System Frequency 50/60 Hz

Lightning Impulse withstand Voltage

Phase to phase, phase to earth

Across the isolating distance

95 - 125 kV

110 - 145 kV

Power Frequency withstand voltage 38 - 50 kV rms - 1 mn

Rated Normal Current

Line switch

Transformer feeder

400/630 A

200 A

Rated Short time current withstand (1 sec) 12,5 – 16 – 20 kA

Rated Short circuit making capacity of line switches and earthing switches

31,5 – 40 – 50 kA peak at Rated Voltage

Number of operations at rated short circuit current on line switches, earthing switches and CB

5 closing operations

Rated load interrupting current

Line switch

400 - 630 A rms

Rated cable charging interrupting current

Line switch

30 A

Rated magnetizing interrupting current

Line switch

16 A

Number of mechanical operations

Page 21: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

21

Line switches and earthing switches

Circuit breaker

1000 O/C

2000 O/C

Number of electrical operations at full loop current 100 O/C

Number of operations at rated short circuit current on circuit breaker

3 breaking operations

All of the switchgear shall be capable of withstanding this current without any damage being caused, in accordance with the recommendations IEC 694 § 4.5, 4.6, 4.7 and IEC 298 § 4.5. 1.4.5 General stipulations regarding the design and development of switchgear 1.4.5.1 Introduction The RMU shall meet the criteria for compact, metal-enclosed indoor switchgear in accordance with IEC 298. It shall include, within the same metal enclosure, the number of MV functional units required for connection, power supply and protection of transformers, i.e. 2 or 3 "network" switch disconnectors, 1 or 2 "transformer protection" feeders, earthing switches. 1.4.5.2 Switchboards The switchgear and busbar shall all be contained in a stainless-steel enclosure filled with SF6 at 0.2 bar (200 kPa) relative pressure to ensure the insulation and breaking functions. Sealed for life, the enclosure shall meet the "sealed pressure system" criterion in accordance with the IEC 298 standard (appendix GG & 2.3 and 3.3): a system for which no handling of gas is required throughout the 30 years of service life. So, refilling valve is not required. In addition, manufacturer shall confirm that maximum leakage rate is lower than 0,1 % / year. It shall provide full insulation, making the switchgear insensitive to the environment (temporary flooding, high humidity), IPX7 degrees of protection in accordance with recommendation IEC 529 & 14.2.7. Thus assembled, the active parts of the switchgear shall be maintenance-free and the switchboard shall be low-maintenance. The switchboards shall have an IP2XC protection index. The tank shall be made of at least 2 mm AISI 304 unpainted stainless steel and be able to withstand an accidental internal overpressure of at least 3 bars (3000 kPA) The colour shall be RAL 9002 for the enclosure and RAL9005 for the mimic panel. The switchboards shall be suitable for mounting on a trench, utilities space or base. Each switchboard shall be identified by an appropriately sized label which clearly indicates the functional units and their electrical characteristics. The switchgear and switchboards shall be designed so that the position of the different devices is visible to the operator on the front of the switchboard and operations are visible as well. In accordance with the standards in effect, the switchboards shall be designed so as to prevent access to all live parts during operation without the use of tools.

Page 22: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

22

1.4.5.3 Dielectric medium SF6 gas is the preferred dielectric medium for MV RMUs. Oil filled switchgear will not be considered. SF6 gas used for the filling of the RMU shall be in accordance with IEC 376. It is preferable to fit an absorption material in the tank to absorb the moisture from the SF6 gas and to regenerate the SF6 gas following arc interruption. 1.4.5.4 Earthing of metallic parts There shall be continuity between the metallic parts of the switchboard and cables so that there is no electric field pattern in the surrounding air, thereby ensuring the safety of people. The substation frames shall be connected to the main earth busbar without dismantling any busbars. 1.4.5.5 Earthing of the main circuit The cables shall be earthed by an earthing switch with short-circuit making capacity, in compliance with IEC 129 standard. The earthing switch can only be operated when the switch is open. The earthing switch shall be fitted with its own operating mechanism and manual closing shall be driven by a fast-acting mechanism, independent of operator action. The moving contacts of the earthing switch shall be visible in the closed position through transparent covers. Mechanical interlocking systems shall prevent access to the operating shaft to avoid all operator errors such as closing the earthing switch when the switch is closed. 1.4.5.6 "Network" disconnectors They shall be maintenance-free, with breaking in low pressure SF6 gas. The position of the power contacts and earthing contacts shall be clearly visible on the front of the switchboard. The position indicator shall provide positive contact indication in accordance with IEC 265-1 standard. In addition, manufacturer shall prove reliability of indication in accordance with IEC 129 § 6.105 standard. The switches shall be of the "increased operating frequency" in accordance with IEC 265-1 § 3.104 standard. They shall have 3 positions, open-disconnected, closed and earthed, and will be constructed in such a way that natural interlocking prevents unauthorized operations. The switches shall be fully mounted and inspected in the factory. Manual opening and closing will be driven by a fast-acting mechanism, independent of operator action. Each switch can be fitted with an electrical operating mechanism in an especially reserved location, without any modification of the operating mechanism and without de-energizing the switchboard. The switch and earthing switch operating mechanism shall have a mechanical endurance of at least 1000 operations.

Page 23: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

23

1.4.5.7 “Transformer protection" feeders By circuit-breakers The circuit breakers shall be of the maintenance-free, low pressure SF6 gas type. The position of the power and earthing contacts shall be clearly visible on the front of the switchboard. The position indicator shall provide positive contact indication in accordance with IEC 265-1 standard. In addition, manufacturer shall prove reliability of indication in accordance with IEC 129 § 6.105 standard. The circuit breakers shall have 3 positions: open-disconnected, closed and earthed and shall be constructed in such a way that natural interlocks prevent all unauthorized operations. They shall be fully mounted and inspected in the factory. An operating mechanism can be used to manually close the circuit breaker and charge the mechanism in a single movement. It shall be fitted with a local system for manual tripping by an integrated push button. There will be no automatic reclosing. The circuit breaker shall be associated with an integrated protection unit that will operate without any auxiliary power supply and shall include: Three toroid transformers incorporated in the transformer tee-off bushings, An electronic relay, A low energy release, A "fast-on" test receptacle for protection testing (with or without CB tripping) The protection system will ensure circuit breaker tripping as of a minimum operating current (Is) which is the rated current of the transformer being protected and may be set to following ratings from 8 to 200A. Following settings shall be available: Range 1 - 8 to 80 A: 8, 10, 12, 15, 18, 22, 28, 36, 46, 56, 68, 80 Range 2 - 20 to 200 A: 20, 25, 30, 37, 45, 55, 70, 90, 115, 140, 170, 200 Phase to phase protection shall be able to work from 1,2 time the minimum operating current Is. Upon request, ground fault protection shall also be provided. Electrical characteristics of the circuit-breaker function shall be at least greater than following values Rated current: 200A Short-circuit breaking capacity: 20 kA / 12kV 20 kA / 17,5 kV 16 kA / 24 kV 1.4.5.8 RMU bushings and Cable terminations 1.4.5.8.1 Bushing It is preferable to have all bushings accessible from the front of the RMU. Bushing along the sides or the rear of the RMU is not acceptable.

Page 24: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

24

The bushing should be conveniently located for working with cables specified and allow for the termination of these cables in accordance with the instructions supplied for the MV 400 series, 400 A plug-in or 630 A M16 bolted connectors on line switch and for the MV 200 series 200 a plug-in connectors on transformer protection feeder. The profiles of the cable connection bushings shall be in compliance with EN-50181 standard.

1.4.5.8.2 Cable clamps A non-ferromagnetic cable clamp arrangement must be provided for all network cables terminated on the RMU 1.4.5.8.3 Padlocking facilities The circuit breakers and earthing switches can be locked in the open or closed position by 1 to 3 padlocks 6 to 8mm in diameter. 1.4.5.8.4 Voltage indicator lamps and phase comparators Each function shall be equipped with a voltage indicator box on the front of the device to indicate whether or not there is voltage in the cables. The capacitive dividers will supply low voltage power to the lamps. Three inlets can be used to check the synchronization of phases. This device shall be in compliance with IEC 1958 standard. 1.4.5.8.5 Safety of people Any accidental overpressure inside the sealed chamber will be limited by the opening of a pressure limiting device in the lower part of the enclosure. Gas will be released to the rear of the switchboard away from the operator. Manufacturer shall provide type test report to prove compliance with IEC 298 appendix AA 'Internal fault'. 1.4.5.8.6 Operating lever An anti-reflex mechanism on the operating lever shall prevent any attempts to reopen immediately after closing of the switch or earthing switch. All manual operations will be carried out on the front of the switchboard. The effort exerted on the lever by the operator should not be more than 250 N for the switch and 250 N for the circuit breaker. 1.4.5.8.7 Front plate The front plate shall have an IP2XC degree of protection. The front shall include a clear mimic diagram which indicates the different functions. The position indicators shall give a true reflection of the position of the main contacts. They shall be clearly visible to the operator. The lever operating direction shall be clearly indicated in the mimic diagram. The manufacturer's plate shall include the switchboard's main electrical characteristics.

Page 25: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

25

1.4.5.8.8 Cable insulation testing It must be possible to test the core or the sheath insulation of the network cables while the RMU remains energized at rated voltage. It shall be preferable to carry out the phase by phase testing through a built-in facility without necessity to have an access to cable compartment. The maximum test voltage shall be less than 42 kV DC for 10 minutes. 1.4.5.8.9 Remote control of the RMU’s A limited number of applications for remote operation of the RMU are required. Remote operation of the RMU’s line switches must be possible using motors fitted to the operating mechanism. Fuse-switches combination does not need to be motorised. It shall be possible to fit the motors either directly in manufacturing plant or on site when required. Installation on site shall be possible with the RMU fully energised and manufacturer should provide detailed instructions for installation to the control mechanism. Auxiliary contacts for remote indication of switch status are also required. The fitting of the motors to the mechanism must not in any way impede or interfere with the manual operation of the switches. An auxiliary contact to prevent motorised operation of the mechanism while the operating handle is inserted into the operating point must also be provided The tenderer may wish to advise of options and cost for remote tele control units of the RMU and MV network tele control system. 1.4.5.8.10 Finishing The device shall be fully designed for use in a hot, humid atmosphere and shall be low-maintenance. All metallic parts shall have rust protection. Two lifting rings shall be installed on the top of the switchboards for handling.

1.4.6 TYPE AND ROUTINE TESTS According to the composition of the switchboard, various type test certificates can be supplied:

Impulse withstand test

Temperature-rise test

Short-time withstand current test

Mechanical operation test

Checking of degree of protection,

Switch, circuit breaker, earthing switch making capacity.

Switch, circuit breaker breaking capacity.

Internal arc with stand.

Checking of partial discharge on complete unit. In addition, for switches, test reports on rated breaking and making capacity shall be supplied. For earthing switches, test reports on making capacity, short-time withstand current and peak short-circuit current shall be supplied.

Page 26: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

26

The routine tests carried out by the manufacturer shall be backed by test reports signed by the factory's quality control department. They shall include the following:

Conformity with drawings and diagrams

Measurement of closing and opening speeds

Measurement of operating torque

Checking of filling pressure

Checking of gas-tightness

Checking of partial discharges on individual components

Dielectric testing and main circuit resistance measurement 1.4.7 QUALITY When requested by the customer, the supplier shall provide proof that he applies a quality procedure in compliance with the standard, namely:

Use of a quality manual approved and signed by a top management representative

Periodic updating of the manual so that it reflects the quality control procedures in effect

ISO 9001 certification The miniature substation shall be fitted with a cable earth-fault passage indicator with split core CT. 1.5 TRANSFORMERS The transformers shall be of the double-wound three phase oil immersed core type copper windings arranged for natural oil cooling (first filling of oil is required) manufactured, rated and tested in accordance with SABS 780/1966 and addenda thereto. The normal frequency of the system will be 50HZ, but the transformer shall be designed for operation at any frequency within ±2% of normal and with ±5% voltage variation without exceeding the temperature rise specified in SABS 780, when the frequency and voltage variations are not in opposite directions. Each transformer shall be provided with constant kVA tappings in the centre of the primary winding to give a variation of ±5% of the normal voltage at no-load and an external operating handle arranged for locking in position and fitted with a top position indicator for the gang operated tap changing mechanism. All insulation materials shall be free from substances likely to become soft or to contaminate the oil in the transformer during its life and each portion of the windings is to be impregnated before assembly and if varnished it shall be adequately dried before assembly or immersion in oil. The transformer tank and cooling tubes if not galvanised must be zinc sprayed and painted as under Item 1 Section 1.3 above. It is required that the transformers shall be specifically guaranteed free from objectionable humming, radio or TV interference free. The oil supplied shall comply with SABS 555.

Page 27: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

27

The following requirements are applicable to the transformers, and schedule below must be completed otherwise tender cannot be accepted: a) kVA rating : 315 Number of phases : 3 Frequency : 50 HZ Ration : 11 000/420/242 Primary connections : DELTA Secondary connections : STAR Vector diagram : DYN 11 Primary terminal arrangement : 3 x 11 kV bushings Secondary terminal arrangements : 4 bushings connected to LT busbars Cooling : O.N.A.N. Core loss (normal voltage) volts : ................................................................... Copper loss (full load 1, PF Watts) : ................................................................... Regulations @ PF % : ................................................................... Regulations @ 8 PF % : ................................................................... Efficiency @ 1,0 PF full load : .................................................................. Efficiency @ 1,0 PF ½ load : .................................................................. Efficiency @ PF ¼ load : .................................................................. Mini-substation total mass Kg : ................................................................... b) kVA rating : 400 Number of phases : 3 Frequency : 50 HZ Ration : 11 000/420/242 Primary connections : DELTA Secondary connections : STAR Vector diagram : DYN 11 Primary terminal arrangement : 3 x 11 kV bushings Secondary terminal arrangements : 4 bushings connected to LT busbars Cooling : O.N.A.N. Core loss (normal voltage) volts : ................................................................... Copper loss (full load 1, PF Watts) : ................................................................... Regulations @ PF % : ................................................................... Regulations @ 8 PF % : ................................................................... Efficiency @ 1,0 PF full load : .................................................................. Efficiency @ 1,0 PF ½ load : .................................................................. Efficiency @ PF ¼ load : .................................................................. Mini-substation total mass Kg : ................................................................... c) kVA rating : 500 Number of phases : 3 Frequency : 50 HZ Ration : 11 000/420/242 Primary connections : DELTA Secondary connections : STAR Vector diagram : DYN 11 Primary terminal arrangement : 3 x 11 kV bushings Secondary terminal arrangements : 4 bushings connected to LT busbars Cooling : O.N.A.N.

Page 28: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

28

Core loss (normal voltage) volts : ................................................................... Copper loss (full load 1, PF Watts) : ................................................................... Regulations @ PF % : ................................................................... Regulations @ 8 PF % : ................................................................... Efficiency @ 1,0 PF full load : .................................................................. Efficiency @ 1,0 PF ½ load : .................................................................. Efficiency @ PF ¼ load : .................................................................. Mini-substation total mass Kg : ................................................................... d) kVA rating : 630 Number of phases : 3 Frequency : 50 HZ Ration : 11 000/420/242 Primary connections : DELTA Secondary connections : STAR Vector diagram : DYN 11 Primary terminal arrangement : 3 x 11 kV bushings Secondary terminal arrangements : 4 bushings connected to LT busbars Cooling : O.N.A.N. Core loss (normal voltage) volts : ................................................................... Copper loss (full load 1, PF Watts) : ................................................................... Regulations @ PF % : ................................................................... Regulations @ 8 PF % : ................................................................... Efficiency @ 1,0 PF full load : .................................................................. Efficiency @ 1,0 PF ½ load : .................................................................. Efficiency @ PF ¼ load : .................................................................. Mini-substation total mass Kg : ................................................................... e) kVA rating : 800 Number of phases : 3 Frequency : 50 HZ Ration : 11 000/420/242 Primary connections : DELTA Secondary connections : STAR Vector diagram : DYN 11 Primary terminal arrangement : 3 x 11 kV bushings Secondary terminal arrangements : 4 bushings connected to LT busbars Cooling : O.N.A.N. Core loss (normal voltage) volts : ................................................................... Copper loss (full load 1, PF Watts) : ................................................................... Regulations @ PF % : ................................................................... Regulations @ 8 PF % : ................................................................... Efficiency @ 1,0 PF full load : .................................................................. Efficiency @ 1,0 PF ½ load : .................................................................. Efficiency @ PF ¼ load : .................................................................. Mini-substation total mass Kg : ...................................................................

Page 29: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

29

1.6 L.V. COMPARTMENT To contain the following:

The LV Frame must be galvanised to SABS specification 763 - 1966. Otherwise it must be constructed with 3CR12 steel and suitably painted.

A set of suitably rated busbars 3 phases and neutral connected to the L.V side to the transformer, of which the busbars shall be mounted behind the front panel. An on-load 630A - 20 kA incoming isolator must be provided.

Current Transformers to accommodate transformer size 15VA class 1 with a maximum demand ammeter of 20 minutes delay with direct reading instantaneous amps must be provided for on all three phases, as well as a voltmeter with a selector switch for phase - phase and phase -neutral readings must be installed.

Three triple pole circuit breakers rated 200 amperes with rupturing capacity of 20KA to be surface mounted plus one (1) breaker rated 250 amperes as above.

One 60 ampere triple pole circuit breaker with a rupturing capacity of 10 KA. One direct-on-line contractor 60 ampere triple pole, double break, electromagnetically operated type

complying with BSS 775, the coil of which shall be 240V operation. One 3 phase kWH meter 80 amperes and three single pole circuit breakers 60A 10KA which shall be used in

conjunction with the 60A direct-on-line contactor for street lighting and shall be wired before delivery. The streetlight contactor shall be controlled by means of a Daylight Switch.

A Cable gland plate complete with four (4) no 4 Pratley cable glands and two (2) no 5 Pratley cable glands shall be fitted.

A 15A industrial plug outlet with a 15A MCB 10 KA earth leakage relay must be provided. 1.7 LABELS AND PLATES All labels for mounting on outdoor equipment shall be of an approved non-corrosive material and shall be fixed with stainless steel screws. “Danger” plates shall have red lettering on a white background. All labels and so all the designations shall comply with the Factories, Machinery and Building Work Act 1941 (Act No 22 of 1941) as amended. The medium voltage compartment doors shall be provided with a “Danger Medium Voltage” label with letters not less than 40mm high. Item 2: 12kV Compact Indoor Switchgear 2.1 General conditions These specifications apply to factory-built, switchgear, metal-enclosed indoor switchgears. The equipment to be supplied shall come in the form of a compact switchboard and shall meet the following requirements: 2.1.1 Easy to install 2.1.2 Safe and easy to operate 2.1.3 Compact 2.1.4 Low maintenance The supplier shall be capable of proving that he has a broad experience in the area of MV switchgears and shall provide proof that he has already supplied equipment of the equivalent type and brand which has been in operation for at least three years.

Page 30: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

30

Upon the request, units shall be available either in standard compact range or in extensible versions. Details for extensibility design shall be provided including the basic principle and operations. Extensibility shall be easily possible on site by the customer, without SF6 handling, without any particular floor preparation and specific tools. When assembled, extensible units shall respect integral insulation and insensitivity to environment. 2.2. Standards In order to be accepted, the switchgear shall comply with the requirements stated in the latest editions of the following recommendations, standard and specifications: 2.2.1 IEC standards 2.2.2 IEC 60694 common clauses for MV switchgear standards, 2.2.3 IEC 62271-200 MV metal-enclosed switchgear, (replacing IEC 60298) 2.2.4 IEC 60265-1 MV switches, 2.2.5 IEC 62271-102 AC disconnectors and earthing switches, (replacing IEC 60129) 2.2.6 IEC 62271-100 MV AC circuit breakers, (replacing IEC 60056) 2.2.7 IEC 62271-105 MV AC switch-fuse combination, 2.2.8 IEC 60529 degrees of protection procured by enclosures (IP code).

2.3. Service conditions

2.3.1 The swithgear shall be suitable for operations at a height of less than 1000 meters above sea level. 2.3.2 The swithgear shall be capable of operating normally within the following temperature range:

Maximum air temperature: + 40 ° C Minimum air temperature: - 25 ° C Manufacturer shall declare whether swithgear is able to operate in air temperature higher than + 40 °C and if current derating is necessary.

2.3.3 The swithgear shall be capable of being operated in electrically exposed locations. 2.3.4 The swithgear shall be capable of being exposed to high relative humidity and ambient air pollution. 2.3.5 The swithgear shall be capable of being installed in either concrete indoor substations or in compact metal

substations and kiosks with an IP54 rating. Manufacturer shall give all details regarding its solution for free-standing outdoor installations when requested.

2.3.6 The swithgear shall be designed to facilitate inspection, cleaning and repairs. All apparatus supplied shall be designed to ensure satisfactory, continuous operation and all materials used shall be suitable for working under the humid coastal atmospheric conditions prevailing in the Mossel Bay region.

2.4. System Parameters

Network Three phases - Three wires

Rated Voltage 12 - 17,5 - 24 kV

Service Voltage .. kV

System Frequency 50/60 Hz

Lightning Impulse withstand Voltage

Phase to phase, phase to earth

Across the isolating distance

95 - 125 kV

110 - 145 kV

Page 31: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

31

Power Frequency withstand voltage 28 - 38 - 50 kV rms - 1 mn

Rated Normal Current

Line switch

Transformer feeder

Branch circuit breaker feeder

400/630 A

200 A

630 A

Rated Short time current withstand (1 sec) 12,5 - 16 - 20 - 25 kA

Rated Short circuit making capacity of line switches and earthing switches

31,5 - 40 - 50 - 62,5 kA peak at Rated Voltage

Number of operations at rated short circuit current on line switches, earthing switches and CB

5 closing operations

Rated load interrupting current

Line switch

400 - 630 A rms

Rated cable charging interrupting current

Line switch

30 A

Rated magnetizing interrupting current

Line switch

16 A

Number of mechanical operations

Line switches and earthing switches

Switch-fuse combination

Circuit breaker

1000 O/C

1000 O/C

2000 O/C

Number of electrical operations at full loop current 100 O/C

Number of operations at rated short circuit current on circuit breaker

3 breaking operations

All of the switchgear shall be capable of withstanding this current without any damage being caused, in accordance with the recommendations IEC 60694 § 4.5, 4.6, 4.7 and IEC 62271-2.

2.5. Function requirements

The following function shall be available: - Line switch (Line) - Branch circuit breaker feeder (Branch CB) - Transformer protection feeder by Circuit Breaker (Transformer CB) - Bus sectionalizer by load break switch - Bus sectionalizer by circuit breaker

Page 32: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

32

- Direct cable connection to bus bars - MV Metering

2.6. Configuration requirements

The following configuration shall be available: 2.6.1 Standard compact range:

Line – Branch CB – Transformer CB Line/Line - Branch CB/Line – Transformer CB/Line Line/Line/Line - Line/Branch CB/Line - Line/Transformer CB/Line - Line/Fuse/Line Line/Line/Line/Line - Line/Line/Branch CB/Line – Line/Line/Transformer CB/Line - Line/Line/Fuse/Line - Branch CB/Line/Branch CB/Line – Transformer CB/Line/Transformer CB/Line - Fuse/Line/Fuse/Line

2.6.2 Extensible range:

Line – Branch CB – Transformer CB - Fuse - Bus sectionalizer by load break switch - Bus sectionalizer by load break switch - Direct cable connection to bus bars - MV Metering Line/Line Line/Line/Line - Line/Branch CB/Line - Line/Transformer CB/Line Line/Line/Line/Line - Line/Line/Branch CB/Line – Line/Line/Transformer CB/Line -Branch CB/Line/Branch CB/Line – Transformer B/Line/Transformer CB/Line -

2.7. General stipulations regarding the design and development of switchgear 2.7.1 Introduction The swithgear shall meet the criteria for compact, metal-enclosed indoor switchgear in accordance with IEC 62271-200: 2.7.1.1 Switchgear classification: PM class 2.7.1.2 Loss of service continuity class: LSC2A It shall include, within the same metal enclosure, the number of MV functional units required for connection, power supply and protection of transformers, i.e. 2.7.1.3 2 or 3 "network" switch disconnectors, 2.7.1.4 1 or 2 "transformer protection" feeders, 2.7.1.5 earthing switches.

2.7.2 Switchboards The switchgear and busbar shall all be contained in a stainless-steel enclosure filled with SF6 at 0.2 bar (200 kPa) relative pressure to ensure the insulation and breaking functions. Sealed for life, the enclosure shall meet the "sealed pressure system" criterion in accordance with the IEC 60694 standard (§ 3.6.5.4): "a volume for which no further gas processing is required during its entire expected life3. In addition, manufacturer shall confirm that maximum leakage rate is lower than 0,1 % / year. It shall provide full insulation, making the switchgear insensitive to the environment (temporary flooding, high humidity...), IPX7 degrees of protection in accordance with recommendation IEC 60529 § 14.2.7.

Page 33: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

33

Thus assembled, the active parts of the switchgear shall be maintenance-free and the switchboard shall be low-maintenance. The switchboards shall have an IP3X protection index. The tank shall be made of at least 2 mm AISI 304 unpainted stainless steel and be able to withstand an accidental internal overpressure of at least 3 bars (3000 kPA) The colour shall be RAL 9002 for the enclosure and RAL9005 for the mimic panel. The switchboards shall be suitable for mounting on a trench, utilities space or base. Each switchboard shall be identified by an appropriately sized label which clearly indicates the functional units and their electrical characteristics. The switchgear and switchboards shall be designed so that the position of the different devices is visible to the operator on the front of the switchboard and operations are visible as well. In accordance with the standards in effect, the switchboards shall be designed so as to prevent access to all live parts during operation without the use of tools.

2.7.3 Dielectric medium SF6 gas is the preferred dielectric medium for MV RMUs. Oil filled switchgear will not be considered. SF6 gas used for the filling of the swithgear shall be in accordance with IEC 60376. It is preferable to fit an absorption material in the tank to absorb the moisture from the SF6 gas and to regenerate the SF6 gas following arc interruption.

2.7.4 Earthing of metallic parts There shall be continuity between the metallic parts of the switchboard and cables so that there is no electric field pattern in the surrounding air, thereby ensuring the safety of people. The substation frames shall be connected to the main earth busbar without dismantling any busbars.

2.7.5 Earthing of the main circuit The cables shall be earthed by an earthing switch with short-circuit making capacity, in compliance with IEC 60129 standard. The earthing switch can only be operated when the switch is open. The earthing switch shall be fitted with its own operating mechanism and manual closing shall be driven by a fast-acting mechanism, independent of operator action. The moving contacts of the earthing switch shall be visible in the closed position through transparent covers. Mechanical interlocking systems shall prevent access to the operating shaft to avoid all operator errors such as closing the earthing switch when the switch is closed.

Page 34: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

34

2.7.6 "Network" disconnectors They shall be maintenance-free, with breaking in low pressure SF6 gas. The position of the power contacts and earthing contacts shall be clearly visible on the front of the switchboard. The position indicator shall provide positive contact indication in accordance with IEC 60265-1 standard. In addition, manufacturer shall prove reliability of indication in accordance with IEC 60129 § 6.105 standard. The switches shall be of the "increased operating frequency" in accordance with IEC 60265-1 § 3.104 standard. They shall have 3 positions, open-disconnected, closed and earthed, and will be constructed in such a way that natural interlocking prevents unauthorized operations. The switches shall be fully mounted and inspected in the factory. Manual opening and closing will be driven by a fast-acting mechanism, independent of operator action. Each switch can be fitted with an electrical operating mechanism in a specially reserved location, without any modification of the operating mechanism and without de-energizing the switchboard. The switch and earthing switch operating mechanism shall have a mechanical endurance of at least 1000 operations.

2.7.7 "Branch circuit-breaker" feeders The circuit breakers shall be of the maintenance-free, low pressure SF6 gas type. The position of the power and earthing contacts shall be clearly visible on the front of the switchboard. The position indicator shall provide positive contact indication in accordance with IEC 60265-1 standard. In addition, manufacturer shall prove reliability of indication in accordance with IEC 60129 § 6.105 standard. The circuit breakers shall have 3 positions: open-disconnected, closed and earthed and shall be constructed in such a way that natural interlocks prevent all unauthorised operations. They shall be fully mounted and inspected in the factory. An operating mechanism can be used to manually close the circuit breaker and charge the mechanism in a single movement. It shall be fitted with a local system for manual tripping by an integrated push button. There will be no automatic reclosing. The circuit breaker shall be associated with an integrated protection unit that will operate without any auxiliary power supply and shall include: 2.7.7.1 Three toroid transformers incorporated in the transformer tee-off bushings, 2.7.7.2 An electronic relay, 2.7.7.3 A low energy release, 2.7.7.4 A "fast-on" test receptacle for protection testing (with or without CB tripping) The protection system will ensure circuit breaker tripping as of a minimum operating current (Is) which is the rated current of the underground network to be protected and may be set to following ratings from 8 to 600 A Electrical characteristics of the circuit-breaker function shall be at least greater than following values - rated current: 630 A - short-circuit breaking capacity: 25 kA / 12kV 21 kA / 17,5 kV 20 kA / 24 kV

Page 35: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

35

2.7.8 "Transformer protection" feeders by circuit-breakers The circuit breakers shall be of the maintenance-free, low pressure SF6 gas type. The position of the power and earthing contacts shall be clearly visible on the front of the switchboard. The position indicator shall provide positive contact indication in accordance with IEC 60265-1 standard. In addition, manufacturer shall prove reliability of indication in accordance with IEC 60129 § 6.105 standard. The circuit breakers shall have 3 positions: open-disconnected, closed and earthed and shall be constructed in such a way that natural interlocks prevent all unauthorized operations. They shall be fully mounted and inspected in the factory. An operating mechanism can be used to manually close the circuit breaker and charge the mechanism in a single movement. It shall be fitted with a local system for manual tripping by an integrated push button. There will be no automatic reclosing. The circuit breaker shall be associated with an integrated protection unit that will operate without any auxiliary power supply and shall include: 2.7.8.1 Three toroid transformers incorporated in the transformer tee-off bushings, 2.7.8.2 An electronic relay, 2.7.8.3 A low energy release, 2.7.8.4 A "fast-on" test receptacle for protection testing (with or without CB tripping) The protection system will ensure circuit breaker tripping as of a minimum operating current (Is) which is the rated current of the transformer being protected and may be set to following ratings from 8 to 200A. Phase to phase protection shall be able to work from 1,2 time the minimum operating current Is. Upon request, ground fault protection shall also be provided. Electrical characteristics of the circuit-breaker function shall be at least greater than following values - rated current: 200A - short-circuit breaking capacity: 25 kA / 12kV 21 kA / 17,5 kV 20 kA / 24 kV

2.7.9 "Transformer protection" feeders by fuse-switches combination They shall be of the maintenance-free, low pressure SF6 gas type. The position of the power and earthing contacts shall be clearly visible on the front of the switchboard. The position indicator shall provide positive contact indication in accordance with IEC 60265-1 standard. In addition, manufacturer shall prove reliability of indication in accordance with IEC 60129 § 6.105 standard. The switches shall be of the "increased operating frequency" in accordance with IEC 60265-1 § 3.104 standard. They shall have 3 positions, open-disconnected, closed and earthed, and will be constructed in such a way that natural interlocking prevents unauthorised operations. The switches shall be fully mounted and inspected in the factory. An operating mechanism can be used to manually close the switch and charge the mechanism in a single movement. It shall be fitted with a local system for manual tripping by an integrated push button.

Page 36: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

36

Fuses shall be installed in 3 individual sealed chambers metallized on the outside and disconnectable. They shall be mounted in series with the switch with the following operating mode: blowing of a fuse releases a striker pin which causes three-phase opening of the switch and prevents reclosing.

2.7.10 MV Metering MV Metering shall be carried out by a factory assembled type tested air insulated cubicle. This unit shall be totally closed, without any ventilation. A 16kA 1s internal arc withstand is required. Connection with adjacent cells will be direct through bus bar and MV cables shall not be used. VT’s and CT’s from the manufacturer or type DIN 42600 shall be accepted. VT’s could be plugged upstream or downstream of CT’s and a fuse protection shall be possible. The following configuration shall be available: - 2 VT’s phase-phase, 2 VT’s phase-earth, 3 VT’s phase-earth - 2 or 3 CT’s

2.7.11 Swithgear bushings and Cable terminations 2.7.11.1 Bushing

It is preferable to have all bushings accessible from the front of the RMU. Bushing along the sides or the rear of the swithgear is not acceptable. The bushing should be conveniently located for working with cables specified and allow for the termination of these cables in accordance with the instructions supplied for the MV 400 series, 400 A plug-in or 630 A M16 bolted connectors on line switch and for the MV 200 series 200 A plug-in connectors on transformer protection feeder. The profiles of the cable connection bushings shall be in compliance with IEC-60137 standard.

2.7.11.2 Cable clamps A non-ferromagnetic cable clamp arrangement must be provided for all network cables terminated on the RMU.

2.7.12 Padlocking facilities Circuit breakers, fuse-switches combination, switches and earthing switches can be locked in the open or closed position by 1 to 3 locks.

2.7.13 Voltage indicators and phase comparators Each function shall be equipped with a voltage indicator box on the front of the device to indicate whether or not there is voltage in the cables. The capacitive dividers will supply low voltage power to the lamps. Three inlets can be used to check the synchronisation of phases. This device shall be in compliance with IEC 61958 standard. 2.7.14 Fault Passage Indicators Load break switch functions shall be equipped with a fault passage indicator (FPI), in order to detect and localise easily the faulty part of the network. The latter FPI shall segregate the short circuit and earth faults, shall indicate permanently the phase-per-phase load currents, and shall easily actuate a remote indication lamp.

Page 37: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

37

The FPI fault detection core function shall be self-powered without help external power supply or built-in batteries. 2.7.15 Safety of people Any accidental overpressure inside the sealed chamber will be limited by the opening of a pressure limiting device in the lower part of the enclosure. Gas will be released to the rear of the switchboard away from the operator. Manufacturer shall provide type test report to prove compliance with IEC 62271-200 Annex A, Internal arc classification class AFL with 20kA 1s for the SF6 enclosure. 2.7.16 Operating lever An anti-reflex mechanism on the operating lever shall prevent any attempts to reopen immediately after closing of the switch or earthing switch. All manual operations will be carried out on the front of the switchboard. The effort exerted on the lever by the operator should not be more than 250 N for the switch and 250 N for the circuit breaker. 2.7.17 Front plate The front plate shall have an IP3X degree of protection. The front shall include a clear mimic diagram which indicates the different functions. The position indicators shall give a true reflection of the position of the main contacts. They shall be clearly visible to the operator. The lever operating direction shall be clearly indicated in the mimic diagram. The manufacturer's plate shall include the switchboard's main electrical characteristics. 2.7.18 Cable insulation testing It must be possible to test the core or the sheath insulation of the network cables while the swithgear remains energized at rated voltage. It shall be preferable to carry out the phase by phase testing through a built-in facility without necessity to have an access to cable compartment. The maximum test voltage shall be less than 42 kV DC for 10 minutes. 2.7.19 Remote control of the switchgear A limited number of applications for remote operation of the swithgear are required. Remote operation of the RMUs line switches must be possible using motors fitted to the operating mechanism. Fuse-switches combination does not need to be motorised. It shall be possible to fit the motors either directly in manufacturing plant or on site when required. Installation on site shall be possible with the swithgear fully energised and manufacturer should provide detailed instructions for installation to the control mechanism. Auxiliary contacts for remote indication of switch status are also required. The fitting of the motors to the mechanism must not in any way impede or interfere with the manual operation of the switches. An auxiliary contact to prevent motorised operation of the mechanism while the operating handle is inserted into the operating point must also be provided

Page 38: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

38

The tenderer may wish to advise of options and cost for remote tele control units of the swithgear and MV network tele control system. 2.7.20 Dimensions The overall dimensions shall not be greater than the followings: 2.7.20.1 Compact standard range: height depth width 2 functions 1150 mm 720 mm 850 mm 3 functions 1150 mm 720 mm 1200 mm 4 functions 1150 mm 720 mm 1650 mm 2.7.20.2 Extensible range 3 functions extensible on right side 1150 mm 720 mm 1220 mm 4 functions extensible on right side 1150 mm 720 mm 1650 mm 1 function double-ext. module 1150 mm 720 mm 540 mm

2.7.21 Finishing The device shall be fully designed for use in a hot, humid atmosphere and shall be low-maintenance. Manufacturer shall provide type test report to prove salt fog withstand for at least 200 hours on operating mechanism according to IEC 68-2-2 standard. All metallic parts shall have rust protection. Two lifting rings shall be installed on the top of the switchboards for handling.

2.8. Type and routine tests

2.8.1 According to the composition of the switchboard, various type test certificates can be supplied: 2.8.1.1 Impulse withstand test, 2.8.1.2 Temperature-rise test, 2.8.1.3 Short-time withstand current test, 2.8.1.4 Mechanical operation test, 2.8.1.5 Checking of degree of protection, 2.8.1.6 Switch, circuit breaker, earthing switch making capacity. 2.8.1.7 Switch, circuit breaker breaking capacity. 2.8.1.8 Internal arc withstand 2.8.1.9 Checking of partial discharge on complete unit In addition, for switches, test reports on rated breaking and making capacity shall be supplied. For earthing switches, test reports on making capacity, short-time withstand current and peak short-circuit current shall be supplied.

Page 39: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

39

2.8.2 The routine tests carried out by the manufacturer shall be backed by test reports signed by the factory's quality control department. They shall include the following: 2.8.2.1 Conformity with drawings and diagrams, 2.8.2.1 Measurement of closing and opening speeds, 2.8.2.3 Measurement of operating torque, 2.8.2.4 Checking of filling pressure, 2.8.2.5 Checking of gas-tightness, 2.8.2.6 Checking of partial discharges on individual components, 2.8.2.7 Dielectric testing and main circuit resistance measurement.

2.9. Quality

When requested by the customer, the supplier shall provide proof that he applies a quality procedure in compliance with the standard, namely: 2.9.1 Use of a quality manual approved and signed by a top management representative, 2.9.2 Periodic updating of the manual so that it reflects the quality control procedures in effect, 2.9.3 ISO 9001 certification. 2.10 Description a)11kV double extensible Isolator Coupler unit, complete with voltage indicators, interlocked internal arc cable boxes and earthing switch b)11kV double extensible 630A Circuit Breaker Coupler unit, complete with voltage indicators, interlocked internal arc cable boxes, with self-powered digital protection relay and earthing switch c)11kV left extensible Cable Connection unit, complete with voltage indicators, interlocked internal arc cable boxes d)11kV right extensible Cable Connection unit, complete with voltage indicators, interlocked internal arc cable boxes e)11kV non-extensible 200A Circuit Breaker unit, complete with voltage indicators, interlocked internal arc cable box and a with self-powered digital protection relay

f)11kV double extensible 630A Isolator unit, complete with voltage indicator and interlocked internal arc cable box

Page 40: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

40

g)11kV double extensible 200A Circuit Breaker unit, complete with voltage indicators, interlocked internal arc cable box and a with self-powered digital protection relay

h)11kV double extensible 630A Circuit Breaker unit, complete with voltage indicators, interlocked internal arc cable box and a with self-powered digital protection relay

i)11kV non-extensible unit, comprising of 3 X 630A Isolators, complete with voltage indicators and interlocked internal arc cable boxes

j)11kV right extensible unit, comprising of 3 x 630A Isolators, complete with voltage indicators and interlocked internal arc cable boxes

Page 41: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

41

k)11kV non-extensible unit, comprising of 2 x 630A Isolators, and 1 x 200A Circuit Breaker fitted with a with self-powered digital protection relay, and complete with voltage indicators, interlock internal arc cable boxes

l)11kV right extensible unit, comprising of 2 x 630A Isolators, and 1 x 200A Circuit Breaker fitted with a with self-powered digital protection relay, and complete with voltage indicators, interlock internal arc cable boxes

m)11kV non-extensible unit, comprising of 4 x 630A Isolators, and complete with voltage indicators and interlocked internal arc cable boxes

n)11kV right extensible unit, comprising of 4 x 630A Isolators, and complete with voltage indicators and interlocked internal arc cable boxes

Page 42: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

42

0)11kV non-extensible unit, comprising of 2 x 630A Isolators, and 2 x 200A Circuit Breakers fitted with self-powered digital protection relay, and complete with voltage indicators, interlocked internal arc cable boxes

p)11kV right extensible unit, comprising of 2 x 630A Isolators, and 2 x 200A Circuit Breakers fitted with self-powered digital protection relay, and complete with voltage indicators, interlocked internal arc cable boxes

q) Metering Panel Local, complete with current and voltage transformers, Cable Type complete with Test Blocks and Power Meter r) Metering Panel MT, complete with current and voltage transformers, Busbar Type complete with Test Blocks and Power Meter Item 3: 12KV Retrofit into LMR ABB Circuit Breaker panel

(a) Circuit Breakers 630Amp (b) Circuit Breakers 1250Amp (c) Complete Installation of retrofit circuit breaker with shutters, remote plug and wiring

The unit shall consist either a 630 or 1250amp spring assisted three position rotating arc type SF6 circuit breaker unit, with integral fault making/dead breaking earth switch, the function shall be naturally interlocked to prevent the main and earth switch from being switched `ON` at the same time and the CB not allowed to trip in `Earth On` position. The selection of the main/earth switch lever on the facia, which is allowed to move only if the main or earth switches in the off position. The lever may be padlocked in either the main or earth position. The manual operation of the circuit breaker shall not have an effect on the trip spring. This should only be discharged under a fault (electrical) trip, the following manual reset operation should recharge the trip spring and reset the circuit breaker mechanism in the main off position. The circuit breaker shall be fitted with a mechanical flag which shall operate under a fault (electrical) trip occurring. The ‘tripped’ flag should change should be labelled normal and tripped indicating the status if the unit. The unit shall also have the option to be fitted with a multi-tap shunt trip coil and auxiliary switch for remote tripping/indication of the tee off circuit breaker.

Page 43: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

43

Both the circuit breakers and switches are operated by the same unidirectional handle, which once inserted requires a minimum of 3 seconds to remove and re-insert to perform the reverse operation. Circuit Breaker Specific Characteristics - All Ratings Combined

Technology SF6, rotating arc

Rated Normal Current 630A; 1250A

Rated Operating Sequence O - < 10 seconds - CO

Mechanism Operating Time < 10 seconds

Mechanism type [EATS 41-26] Manual / motor close, manual / electrical opening with remote

Rated tripping voltages 20 - 250V a.c. or d.c.

Rated electrical endurance > performance level 4

Total break time < 100 mS

Closing time < 50 mS

Maximum operating force < 400N @ 1250 mm height

Motor operating voltages 24/110V d.c.

Item 4: 12/17.5 kV Indoor Switchgear

TECHNICAL SPECIFICATION DESCRIPTION OF WITHDRAWABLE METAL-enclosed SWITCHGEAR This tender is for the supply of equipment for indoor installation. Each made up of:

a prefabricated air insulated panel in a metal-enclosed type according to the IEC 62271-200,

a breaking equipment either withdrawable circuit-breaker using vacuum as the breaking medium,

a protection and control system including protection and control unit, current and voltage transformers, and auxiliaries.

Requirements:

all operations must be carried out from the front of each functional unit.

all operations must be carried out with the envelope closed (i.e. CB extraction with door closed).

protection of the operator against the exhausting of hot gases (Standard version) with metal flaps on the top of the panel for exhausting hot gases, or full and certified internal arc protection (AFLR) according to all 5 criteria defined in the A appendix of the IEC 62271-200 standard (Internal arc version in option).

very low maintenance costs, and service continuity.

simple and safe operation through the use of coloured mimic diagrams and a comprehensive range of internal security functions and interlocks.

Page 44: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

44

APPLICABLE STANDARDS The equipment proposed in this offer must have been designed, manufactured, and tested according to the relevant IEC recommendations:

Common clause for high voltage switchboard IEC 62271-1 (60694)

High voltage switchboard in metallic enclosures IEC 62271-200 (60298)

High voltage AC circuit breakers IEC 62271-100 (60056)

Combined high voltage switches and fuses IEC 60420

High voltage AC contactors IEC 60265-1

Current transformers IEC 60044-1

Voltage transformers IEC 60044-2

High voltage fuses IEC 60282-2

Protection relays IEC 60255

Alternating current disconnectors and earthing switches IEC 62271-102

Control-monitoring IEC 60801

Protection index envelopes (IP) IEC 60529

VPIS for voltage present indicator CEI 60598 SWITCHBOARD CHARACTERISTICS according to IEC standards General characteristics

Page 45: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

45

General characteristics

Architecture In metal enclosures, Metal-enclosed, air insulated (IEC 62271)

Partition class PM

Main device type Withdrawable

Loss of continuity of service LSC 2B

Busbar type Insulated bare copper

Internal fault IAC: AFLR (4 sides).

Internal Arc withstand 21kA 1sec

Protection degree

By enclosure: IP2X

For the switchboard: IP4X (IEC 60529)

Normal service conditions: Indoor equipment (IEC 62271-1)

Temperature:

- min - 5°C

- max +40°C

- average over 24 hrs +35°C

Altitude: Below or up to 1000 m

Humidity

- over 24 hrs Less than or equal to 95 %

- over 1 month Less than or equal to 90 %

Electrical characteristics

General Technical Data

The equipment shall have the following characteristics, and should be manufactured, assembled and tested in accordance with the following listed standards.

Network Three phases - Three wires

Rated Voltage 3.3 - 13.8 kV

Service Voltage 13.8 kV

System Frequency 50/60 Hz

Lightning Impulse withstand Voltage

Phase to phase, phase to earth

75 - 95 kV

Page 46: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

46

Across the isolating distance 110 - 145 kV

Power Frequency withstand voltage 38 rms - 1 mn

Rated Normal Current

Switch Isolator

Circuit Breaker

Busbars

630 A

630-1250 A

1250 A

Rated Short time current withstand (3 sec) 16 - 21 kA

Rated Short circuit making capacity of line switches and earthing switches

40 - 52.5 kA peak at Rated Voltage

Number of operations at rated short circuit current on line switches, earthing switches and CB

5 closing operations

Rated load interrupting current

Line switch

630 A rms

Rated cable charging interrupting current

Line switch

30 A

Rated magnetising interrupting current

Line switch

16 A

Number of mechanical operations

Earthing switches and Ring switches

Circuit breaker

1000 O/C

2000 O/C

Number of electrical operations at full loop current 100 O/C

Number of operations at rated short circuit current on circuit breaker

<10 breaking operations

All of the switchgear shall be capable of withstanding this current without any damage being caused, in accordance with the recommendations IEC 694 and IEC 298. Circuit Breaker Specific Characteristics - All Ratings Combined

Technology SF6, rotating arc

Rated Normal Current 630A; 1250A

Page 47: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

47

Rated Operating Sequence O - < 10 seconds - CO

Mechanism Operating Time < 10 seconds

Mechanism type [EATS 41-26] manual close, manual opening

manual close, manual & electrical opening

motor close, manual & electrical opening

Rated tripping voltages 20 - 250V a.c. or d.c.

Rated electrical endurance > performance level 4

Total break time < 100 mS

Closing time < 50 mS

Maximum operating force < 400N @ 1250 mm height

Motor operating voltages 24/110V d.c.

Switch Specific Characteristics

Technology SF6; Load make and break, Fault make only

Rated Normal Current 630/1250A

Rated Operating Sequence O - 10 seconds - C- 3 seconds - O

Mechanism type [EATS 41-26] independent manual

independent manual, motor charge spring

Maximum operating force < 400N @ 1250 mm height

Page 48: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

48

EARTHING SYSTEM

Ungrounded GENERAL DESCRIPTION OF CUBICLES

Panels

The panels must be of the metal-enclosed type as per the IEC 62 271-200, i.e.:

The external enclosure and inter-compartment partitions must be metal and earthed.

Insulating bushings between compartments must allow the passage of the main conductors.

Earthed aluminium shutters must cover the fixed contacts whilst circuit-breaker is disconnected.

Circuit-Breaker compartment

This compartment must be closed by a door and must contain:

The breaking, or switching unit, in either disconnected, in service or test position.

The disconnecting/connecting mechanism

The shutter opening / closing mechanism

The connecting plug for the electrical control signals.

Cables Compartment

In accordance with the type of cubicle this compartment must contain:

The MV cable connection pads, or the lower busbar

The capacitive dividers which indicate voltage presence

The earth switch (with making capacity)

The current transformers

The fixed voltage transformers or the compartment containing the voltage transformers disconnectable.

Busbar compartment

Must contain:

The main busbars

The riser bars which also serve as busbar supports

Low voltage cabinet

Must contain:

The protection relays and control unit

The power meters

The control synoptic

The test plugs

The low voltage auxiliaries, including the MCBs

Page 49: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

49

Compartment accessibility

List of compartment Busbar Cables Circuit-Breaker VT’s

Design Fixed Fixed Withdrawable Withdrawable

Accessibility With tools Interlocked Interlocked Interlocked

Partitioning Metallic everywhere Metallic everywhere Metallic everywhere Metallic everywhere

Switchgear unit: Vacuum circuit-breakers

The circuit-breakers must use vacuum as insulating and interrupting medium,,and be of the sealed pressure system type in accordance with the IEC definition. Must be equipped with an electrical stored energy operating mechanism, opening and closing mechanisms and auxiliary contacts for position indication. The circuit-breaker must be mounted on the racking in/out truck and must be positioned as follows:

in the service position ("connected") in the switchboard compartment,

in the test position ("disconnected") in the switchboard compartment,

in the withdrawn position ("extracted") by means of an extraction table.

Switch fuses

The switch must have 3 positions: closed / open / earthed.

It combines disconnecting and breaking functions.

The earthing switch must have a short-circuit making capacity.

The melting of a fuse results in the opening of the switch.

Current transformers

Conventional current transformers

The current transformers must be conventional and in conformity with DIN and IEC standards. They should be mounted:

cables in the following functional units: incomer and feeder.

busbars in the following functional units: coupler. Low power current transformer

The low power current transformers must be in conformity with IEC standards.

They should be mounted:

bushing in the following functional units: incomer and feeder,

bushing in the following functional units: coupler.

Page 50: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

50

Voltage transformers

The voltage transformers must be conventional and in conformity with DIN and IEC standards. They must be either of the disconnectable, or fixed type with fused holder. They must be associated with fuses on primary. They should be mounted:

cables in the following functional units: incomer and feeder,

busbars in the following functional units: metering and bus-riser.

Earthing

Cable earthing

The earthing device must be of the quick make type and should be able to make against the rated short-circuit current. The VPIS (Voltage Presence Indicator System), combined with the capacitive insulators of the power circuit installed in the cable compartment, must provide an indication by lights of the voltage presence on each phase of the main circuit. VPIS must indicate whether cables are live or not.

Busbar earthing. Main busbar earthing must be made

either with a specific cubicle (busbar metering functional unit) equipped with an earthing switch with a VPIS (the same as those used for cable earthing),

or with an earthing truck which is installed instead of the withdrawable part. Racking in the truck can be made depending on the positions of the other withdrawable parts of the switchboard, using key interlocks.

Protection and control system

The protection on the circuit breaker shall comprise one of the following arrangements:

The tee off circuit breaker unit having provision for fitting 2-time limit fuses and complete with 3 – 100/50/ 5-amp CT’s and associated circuit for overcurrent and earth fault protection on transformer ratings 200 – 1000kVA at 6.6kV and 200 – 1600kVA at 11kV.

Alternatively;

The circuit breaker unit fitted with 3 class X protection CT’s, a low burden trip coil and auxiliary switch assembly allowing the use of a self-powered (no external DC source required) micro-processor based 3 x overcurrent and single earth fault relay. The relay should be housed within a Pilot cable box accessible from the front.

The protection curves and all other settings shall be adjustable through rotary switches which when viewed from the front clearly show the unit settings. Note DIL type switches are not acceptable. The protection setting range and minimum pick up current shall be in accordance with the following: 630AMP CIRCUIT BREAKERS Overcurrent: 80A - 800A Earth Fault: 8A - 640A

630AMP CIRCUIT BREAKERS The power up time for the unit should be no greater than 40mS.

Page 51: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

51

The relay should give local mechanical indication of a fault operation and should differentiate between overcurrent and earth faults. It should be possible for the relay to perform a self-check giving clear indication of the status of the overcurrent and earth fault elements.

Low Voltage wiring

Low voltage wiring is self extinguishable, insulated for 750V, in black PVC.

Current circuits: 2,5 mm²

Voltage circuits: 1 mm²

Each wire extremity is marked with a pre-printed ring, solidly fixed to the wire extremity.

Wire identification is in conformity with the wiring diagrams and uses the fully directional type system.

The inter-panel cabling is connected to terminal blocks arranged in rows situated on the top of the LV compartments. These terminal blocks are identified by labels in conformity with the wiring diagrams and are also used for connection between the switchboard and any eventual remote-control devices.

Anti-corrosion protection and finishing

In order to allow equipment to be installed under severe climatic conditions, the following measures must be systematically adopted: The visible external surfaces on the front of the panels must be made of electro-plated sheet steel (zinc thickness: 2,5µm). Painted surfaces must be cleaned prior to painting using a phosphate cleaning treatment. The paint itself is apolymerised epoxy polyester powder mix (the average thickness of the polymerised film is 50µm). For all other surfaces, continuous hot galvanised sheet metal must used (average zinc thickness 20µm) which must have undergone a chrome passivation finishing treatment. TESTS

Page 52: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

52

In order to allow equipment to be installed under severe climatic conditions, the following measures must be systematically adopted: The visible external surfaces on the front of the panels must be made of electro-plated sheet steel (zinc thickness: 2,5µm). Painted surfaces must be cleaned prior to painting using a phosphate cleaning treatment. The paint itself is apolymerised epoxy polyester powder mix (the average thickness of the polymerised film is 50µm). For all other surfaces, continuous hot galvanised sheet metal must used (average zinc thickness 20µm) which must have undergone a chrome passivation finishing treatment. TESTS Routine factory testing, in accordance with IEC standards, must be provided for in this tender and should include the following:

Conformity with plans and drawings

Mechanical operation tests and checking of interlocks,

Testing of the interchangeability of moving parts,

HV dielectric tests at industrial frequency are performed only on the cubicles. The busbar will be tested at site at 80% of the voltage level requested by IEC standards,

Low voltage dielectric tests,

Low voltage functional checking.

LIMIT OF SUPPLY This technical offer should be valid for the supply of equipment in strict compliance with the specified quantities, and the detailed technical description included in this tender.

List of suppliers

Circuit breaker ………………………………….

Protection relay ………………………………….

Auxiliary relays ………………………………….

Measuring instruments …………………………………….

Locks for interlocking ……………………………………..

Lamps, push buttons …………………………………….

LV Switches, commutators ……………………………………..

Connectors, terminal blocks, …………………………………….

Test box ……………………………………..

Miniature circuit breaker ……………………………………..

Lightning arrester ………………………………………

Fuses ………………………………………

Detailed description of supply

Switchboard generalities

Insulated copper busbars

Insulated silver plated copper busbars

Locking of LV doors by key locked handles

LV doors closed by handles (not equipped with locks)

Page 53: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

53

Options and accessories

Options

Padlocking of isolating shutters Yes

Auxiliary contacts on earthing switch Yes

Mechanical locking of the earthing switch Yes

Electromechanical locking of earthing switch Yes/ No

Electromechanical interlockings of earthing switch with Evolis circuit breaker Yes

Special painting Yes/ No

Accessories Quantity

Handle for the racking in and out of switchgear and voltage transformers 1

Withdrawable VT removal ramp 1

Extraction trolley complete 1

Earthing truck for busbar 1

Voltage and current test cables 1 + 1

Detailed scope

Page 54: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

54

Cubicle reference Type of Panel Quantity

Dimensions

Depth (mm) Width (mm) Height (mm) Weight (kg) Switchgear unit

Type of withdrawable CB / IEC rating / A 630A 1250A 2000A MV DIN Fuses for Switch - - - Auxiliary contacts Yes Yes Yes

Spring charging motor Yes Yes Yes

Electrical closing release Yes Yes Yes

Electrical opening release shunt Yes Yes Yes

Low energy release No No No

Undervoltage opening coil No No No

Equipment

Cable (C) or Busbar (B) Earthing Switch C C C

Auxiliary Contacts on Earthing Switch Yes/No Yes/No Yes/No

Cable potential tester Yes/No Yes/No Yes/No Heating resistor Yes/No Yes/No Yes/No Surge arrestors Yes/No Yes/No Yes/No MV Cables

Quantity of cables / phase (or max) 3 3 4

Section (mm²) 500 500 500

Dry type cables Single pole (S) / Three-pole (T) T T S Current transformers

Quantity 3 3 3

Primary / secondary windings 150-300/5-5 1250/5-5 2000/5-5

1) Measure VA / Class 10-20VA cl0,5 30 VA cl. 0,5 30 VA cl. 0,5 2) Protection VA / Class 2,5-5VA 5P20 10 VA 5P20 15 VA 5P20 Low power current transformers

Quantity 3 3 3 Type TLP160 TLP160 TLP190 Core balance CT for residual current measurement

Type / Quantity 1 CSH200 1 CSH200 1 CSH200 Delivered separately (DS) or Installed in the Cubicle (IC)

DS DS DS Maximum external cable diameter / mm 200 200 200 Voltage transformers

Quantity / Cable side (C) or Busbar side (B) 3 / C 3 / C 3 / C Fixed = F / Disconnectable = D D D D Primary voltage (kV) 11/3 11/3 11/3 Secondary voltage (V) 110/3 –

110/3

110/3 –

110/3

110/3 –

110/3 1) Measure VA / Class 50VA cl0,5 50VA cl0,5 50VA cl0,5 2) Protection VA / Class 50VA 3P 50VA 3P 50VA 3P

Page 55: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

55

Low voltage equipment

Protection relay Auxiliary relay (Time delayed, Bistable, Instantaneous) Measures (A, V, W, VAR, PF, f) Transducers (Current, Voltage, Power, Phase, Frequency)

Metering (Active P, Reactive P, Running Hours) Trip circuit supervision

Command (PB ON/OFF, O/C switch, L/R Switch) Lamps (ON/OFF, Fault, CB Draw Out, Test Lamps PB) Auxiliary supply protection (LV MCB) Voltage Test Box (V) – Current Test Box (C)

Item 5: 12kV SF6 Metal Enclosed Outdoor Free-Standing Ring Main Unit

5.1 General conditions

This specification covers design, manufacture, shop testing, inspection, packing, delivery to site of 12KV Metal Enclosed Outdoor SF6 RING MAIN UNIT (RMU) fully type tested according to IEC 62271-200 standards. The RMU should be complete with all components necessary for its effective and trouble- free operation along with the associated equipment. The equipment to be supplied shall come in the form of a compact RMU and shall meet the following requirements: - Compact - Low maintenance - Easy to install - Safe and easy to operate The supplier shall be capable of proving that he has extensive experience in the design and manufacture of MV switchgear and shall provide proof that he has already supplied equipment of the equivalent type and brand which has been in operation for at least 8 years. Upon the request, units shall be available either in standard compact range or in extensible versions. Details for extensibility design shall be provided including the basic principle and operations. Extensibility shall be easily possible on site by the customer, without SF6 handling, without any particular floor preparation and specific tools. When assembled, extensible units shall respect integral insulation and insensitivity to environment.

5.2 Standards

All equipment shall be designed and manufactured to the latest revision of the following International and British Standards except where specifically defined otherwise: IEC 62271-1 - Common specifications for switchgear & control gear IEC 62271-100 - High Voltage AC Breakers IEC 60265 - High Voltage AC Switches IEC 62271-200 - Metal Enclosed Switchgear & Control Gear IEC 62271-102 - HV AC Disconnectors & Earthing Switches ENA TS 41-26 - UK Energy Network Association Technical Specification for Distribution Switchgear* *All suppliers shall be able to provide copies of the certificate issued by the Energy Network Association (ENA) assessment panel to confirm compliance with this standard if so requested.

Page 56: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

56

5.3 Service conditions

5.3.1 The RMU shall be capable of operating normally within the following temperature range: - Maximum air temperature: + 55 ° C - Minimum air temperature: - 25 ° C

Manufacturer shall declare whether current de-rating is necessary. Certification offering evidence for the environmental extremes shall be required

5.3.2 The RMU shall be capable of being operated in electrically exposed locations. 5.3.3 The RMU shall be capable of being exposed to high relative humidity and ambient air pollution. 5.3.4 The RMU shall be suitable for outdoor installations with the following levels of ingress protection: -

- Insulating medium envelope no less than IP65. - RMU exterior housing no less than IP54 (main door shut). - RMU exterior housing no less than IP41 (main door open).

5.3.5 The RMU shall be designed to facilitate inspection, cleaning and repairs. All apparatus supplied shall be designed to ensure satisfactory, continuous operation and all materials used shall be suitable for working under the humid coastal atmospheric conditions prevailing in the Mossel Bay region.

5.4 System Parameters

Network Three phases - Three wires

Rated Voltage 3.3 - 13.8 kV

Service Voltage 13.8 kV

System Frequency 50/60 Hz

Lightning Impulse withstand Voltage

Phase to phase, phase to earth

Across the isolating distance

75 - 95 kV

110 - 145 kV

Power Frequency withstand voltage 38 rms - 1 mn

Rated Normal Current

Ring switch

Transformer feeder

630 A

200-630 A

Rated Short time current withstand (3 sec) 16 - 21 kA

Rated Short circuit making capacity of line switches and earthing switches 40 - 52.5 kA peak at Rated Voltage

Number of operations at rated short circuit current on line switches, earthing switches and CB

5 closing operations

Rated load interrupting current

Page 57: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

57

Line switch 630 A rms

Rated cable charging interrupting current

Line switch

33 A

Rated magnetising interrupting current

Line switch

10 A

Number of mechanical operations

Earthing switches and Ring switches

Circuit breaker

1000 O/C

2000 O/C

Number of electrical operations at full loop current 100 O/C

Number of operations at rated short circuit current on circuit breaker

<10 breaking operations

5.5 Configuration requirements

The following configurations shall be available for the compact RMU: Non-Extensible ------------------------------------------------------------------------------------------------------------ a) Non-extensible RMU with 200A circuit breaker for transformer protection Up to 3.5 MVA b) Non-extensible RMU with 630A circuit breaker for network sectionalising Up to 12 MVA Extensible ------------------------------------------------------------------------------------------------------------ c) Extensible RMU with 200A circuit breaker and facility for adding either another 200A circuit breaker or 630A for either dual transformer feeders or network switching points.

5.6 General stipulations regarding the design and development of switchgear

5.6.1 Introduction The RMU shall meet the criteria for compact, metal-enclosed outdoor switchgear in accordance with IEC 62271-200. It shall include, within the same metal enclosure, the number of MV functional units required for connection, power supply and protection of transformers, i.e.

- 2 “network” switch disconnectors, - 1 “transformer protection” feeders, - earthing switches.

5.6.2 Switchgear The switchgear and busbar shall all be contained in an earth screened cast resin enclosure filled with SF6 at either 0.35/0.55 bar G relative pressure to ensure the insulation and breaking functions. Sealed for life, the

Page 58: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

58

enclosure shall meet the “sealed pressure system” criterion in accordance with the IEC 298 standard (appendix GG § 2.3 and 3.3): a system for which no handling of gas is required throughout the 25 years of service life. There shall be no requirement to ‘top up‘ the SF6 gas. In addition, manufacturer shall confirm that maximum leakage rate is lower than 0,1 % / year. It shall provide full insulation, making the switchgear insensitive to the environment (temporary flooding, high humidity…). Thus assembled, the active parts of the switchgear shall be maintenance-free and the unit shall be minimal-maintenance. Welded steel/stainless steel SF6 enclosures or a dual skin type design shall not be acceptable. The cast resin enclosure and RMU housing shall have a design such that in the event of an internal arc fault, the operator shall be safe. This should be in accordance with IEC 62271-200. The switchgear enclosure shall be Dark Grey Code 632 to BS 381C. Each switchboard shall be identified by an appropriately sized label which clearly indicates the functional units and their electrical characteristics. The switchgear and switchboards shall be designed so that the position of the different devices is visible to the operator on the front of the switchboard and operations are visible as well. The MV system shall be totally encapsulated in a resin insulating medium. There shall be no access to exposed MV conductors. In accordance with the standards in effect, the switchboards shall be designed so as to prevent access to all live parts during operation without the use of tools. 5.6.3 Dielectric medium SF6 gas shall be used for the dielectric medium for MV RMUs. Oil filled switchgear will not be considered. SF6 gas used for the filling of the RMU shall be in accordance with IEC 376. It is preferable to fit an absorption material in the tank to absorb the moisture from the SF6 gas and to regenerate the SF6 gas following arc interruption. The SF6 insulating medium shall be constantly monitored via a gas pressure indicator offering a simple go, no-go indication. 5.6.4 Earthing of metallic parts There shall be continuity between the cast resin earth screen and metallic parts of the switchboard and cables so that there is no electric field pattern in the surrounding air, thereby ensuring the safety of people. 5.6.5 Earthing of the main circuit The cables shall be earthed by an integral earthing switch with short-circuit making capacity, in compliance with IEC 129 standard. The earthing switch can only be operated when the switch is open. The earthing switch shall be operable through the main circuit mechanism and manual closing shall be driven by a fast-acting mechanism, independent of operator action.

Page 59: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

59

Mechanical interlocking systems shall prevent the RMU function from being operated from the “ON” to “Earth On” position without going through the “OFF” position. 5.6.6 Ring switches They shall consist of 630-amp fault making/load breaking spring assisted ring switches, each with integral fault making/dead breaking earth switches. The switch shall be naturally interlocked to prevent the main and earth switch being switched “ON” at the same time. The selection of the main and earth switches is made by a lever on the fascia, which is allowed to move only if the main or earth switch is in the off position.

5.6.7 “Transformer protection” feeders The unit shall consist either a 200 or 630 amp tee off spring assisted three position rotating arc type SF6 circuit breaker unit, with integral fault making/dead breaking earth switch, the function shall be naturally interlocked to prevent the main and earth switch from being switched “ON”‘ at the same time and the CB not allowed to trip in ‘Earth On‘ position. The selection of the main/earth switch lever on the fascia, which is allowed to move only if the main or earth switches in the off position. The lever may be padlocked in either the main or earth position. The manual operation of the circuit breaker shall not have an effect on the trip spring. This should only be discharged under a fault (electrical) trip, the following manual reset operation should recharge the trip spring and reset the circuit breaker mechanism in the main off position. The circuit breaker shall be fitted with a mechanical flag which shall operate under a fault (electrical) trip occurring. The ‘tripped’ flag should be an unambiguous colour differing from any other flag or mimic. The unit shall also have the option to be fitted with a multi-tap shunt trip coil and auxiliary switch for remote tripping/indication of the tee off circuit breaker. Both the circuit breaker and ring switches are operated by the same unidirectional handle, which once inserted requires a minimum of 3 seconds to remove and re-insert to perform the reverse operation. Electrical characteristics of the circuit-breaker function shall be at least greater than following values

- rated current: 200A/630A - short-circuit breaking capacity: 16/ 21kA

PROTECTION ----------------------------------------------------------------------------------------------------------------------------------- The protection on the circuit breaker shall comprise one of the following arrangements: The tee off circuit breaker unit having provision for fitting 2-time limit fuses and complete with 3 – 100/50/5-amp CT’s and associated circuit for over current and earth fault protection on transformer ratings 200 – 1000kVA at 6.6kV and 200 – 1600kVA at 11kV.

- The circuit breaker unit fitted with 3 class X protection CT’s, a low burden trip coil and auxiliary switch

assembly allowing the use of a self-powered (no external DC source required) micro processor based 3 x over current and single earth fault relay. The relay should be housed within a Pilot cable box accessible from the front.

- The protection curves and all other settings shall be adjustable through rotary switches which when viewed from the front clearly show the unit settings. Note DIL type switches are not acceptable. The protection setting range and minimum pick up current shall be in accordance with the following:

200AMP CIRCUIT BREAKERS Overcurrent: 20A - 200A Earth Fault: 2A - 160A

Page 60: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

60

630AMP CIRCUIT BREAKERS Overcurrent: 80A - 800A Earth Fault: 8A - 640A The power up time for the unit should be no greater than 40mS. The relay should give local mechanical indication of a fault operation and should differentiate between overcurrent and earth faults. It should be possible for the relay to perform a self-check giving clear indication of the status of the overcurrent and earth fault elements.

5.6.8 RMU bushings and Cable terminations 5.6.8.1 Bushing

It is preferable to have all bushings accessible from the rear and sides of the RMU. Bushings along the front of the RMU are not acceptable.

5.6.8.2 Cable boxes

All of the cable boxes shall be air insulated suitable for dry type cable terminations. Compound filled cable boxes are not acceptable.

The cable boxes at each of the two ring switches suitable for accepting H.V. cables approaching

from either above or below. Access to the ring switch cable boxes should be available from 180 (two sides) excluding the gland plate.

The cable boxes should be IP-54 protected.

The cable boxes should be arc proof and interlocked with respected earth switches.

The tee off circuit breaker shall be suitable for either of the following termination arrangements: -

- Direct coupling to an ESI transformer flange - Cable entry from below via a tee off cable box - Cable entry from above via a tee off cable box

The extended function shall be suitable for cable entry from either above or below only. 5.6.8.3 Cable clamps

The cable termination and gland arrangements shall be appropriate for the type and style of cables used at the time.

.5.6.9 Padlocking facilities

The circuit breakers and switches can be locked in the open/closed or earth on position by 1 to 3 padlocks ESI size.

5.6.10 Voltage indicator lamps and phase comparators

Each of the functions on the RMU to be equipped with a voltage indication, to indicate whether or not there is voltage on the cables. The capacitive dividers will supply low voltage power to sockets at the front of the unit, an external lamp must be used to indicate live cables.

Three outlets can be used to check the synchronisation of phases with the use of an external device. This device shall be in compliance with IEC 1958 standard.

Page 61: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

61

5.6.11 Safety of people Any accidental overpressure inside the sealed chamber will be limited by the opening of a pressure limiting device in the cast-resin enclosure. Gas will be released to the rear of the unit away from the operator. Manufacturer shall provide type test report to prove compliance with IEC 62271-200.

5.6.12 Operating lever

An anti-reflex mechanism on the operating lever shall prevent any attempts to re-open immediately after closing of the switch or earthing switch.

All manual operations will be carried out on the front of the switchboard.

The effort exerted on the lever by the operator should not be more than 250 N for the switch and circuit breaker.

The overall dimensions of the RMU shall not be increased due to the use of the operating handle.

The operating handle should have two workable positions 180 apart.

5.6.13 Front plate The front shall include a clear mimic diagram which indicates the different functions. The position indicators shall give a true reflection of the position of the main contacts. They shall be clearly visible to the operator.

The lever operating direction shall be clearly indicated in the mimic diagram.

The manufacturer’s plate shall include the switchboard’s main electrical characteristics.

5.6.14 Cable insulation testing

It must be possible to test the core or the sheath insulation of the network cables while the RMU remains energised at rated voltage. It shall be preferable to carry out the phase by phase testing through a built-in facility without necessity to have an access to cable compartment. The maximum test voltage shall be less than 38 kV DC for 10 minutes.

Any cable test access facility which requires the use of an additional loose devise shall not be acceptable.

5.6.15 Remote control of the RMUs

Remote operation of the RMU’s line switches must be possible using motors fitted to the operating mechanism.

It shall be possible to fit the motors either directly in manufacturing plant or on site as and when required. Installation on site shall be possible with the RMU fully energised and manufacturer should provide detailed instructions for installation to the control mechanism.

The fitting of the motors to the mechanism must not in any way impede or interfere with the manual operation of the switches or circuit breaker.

The tenderer may wish to advise of options and cost for remote tele control units of the RMU and MV network tele control system.

Page 62: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

62

5.6.16 Dimensions The overall dimensions shall not be greater than the followings:

----------------------------------------------------------------------------------------------------- Compact standard range height depth width 1510 mm 842 mm 771 mm ----------------------------------------------------------------------------------------------------- Extensible range 1610 mm 842 mm 521 mm

Type and routine tests According to the composition of the switchboard, various type test certificates can be supplied:

- Impulse withstand test, - Temperature-rise test, - Short-time withstand current test, - Mechanical operation test, - Checking of degree of protection, - Switch, circuit breaker, earthing switch making capacity. - Switch, circuit breaker breaking capacity. - Internal arc with stand - Checking of partial discharge on complete unit

In addition, for switches, test reports on rated breaking and making capacity shall be supplied.

For earthing switches, test reports on making capacity, short-time withstand current and peak short-circuit current shall be supplied.

The routine tests carried out by the manufacturer shall be backed by test reports signed by the factory’s quality control department. They shall include the following:

- Conformity with drawings and diagrams, - Measurement of closing and opening speeds, - Measurement of operating torque, - Checking of filling pressure, - Checking of gas-tightness, - Checking of partial discharges on individual components, - Dielectric testing and main circuit resistance measurement.

All of the major type tests shall have been certified at an independent authority with the tests carried outside the country of manufacture.

5.7 Quality

When requested by the customer, the supplier shall provide proof that he applies a quality procedure in compliance with the standard, namely:

- Use of a quality manual approved and signed by a top management representative, - Periodic updating of the manual so that it reflects the quality control procedures in effect, - ISO 9001 certification.

Page 63: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

63

Item 6: Outdoor Enclosure Extensible Enclosure 2 Way, IP 54 Manufactured from 3CR12, Internal Arc Ventilated to the Top Painted Avocado Green, Type A IARC 20 Ka .5 Sec Complete with Chimney. Extensible Enclosure 3 Way, IP 54 Manufactured from 3CR12, Internal Arc Ventilated to the Top Painted Avocado Green, Type A IARC 20 Ka .5 Sec Complete with Chimney. Extensible Enclosure 4 Way, IP 54 Manufactured from 3CR12, Internal Arc Ventilated to the Top Painted Avocado Green, Type A IARC 20 Ka .5 Sec Complete with Chimney. Extensible Enclosure 5 Way, IP 54 Manufactured from 3CR12, Internal Arc Ventilated to the Top Painted Avocado Green, Type A IARC 20 Ka .5 Sec Complete with Chimney. Item 7: Battery Charging Unit a) 1 - 30V DC battery of suitable rating for the closing and tripping duties of the abovementioned switchboard complete with an automatic charger to operate from the 240V AC mains. The batteries are to be nickel CADMIUM and are to have a minimum rating of 10 ampere - hour. b) 1 - 110V DC battery of suitable rating for the closing and tripping duties of the abovementioned switchboard complete with an automatic charger to operate from the 240V AC mains. The batteries are to be nickel CADMIUM and are to have a minimum rating of 10 ampere - hour. Item 8: Galvanised Steel Masts Shaft : Centre hinged complete with base

Overall Length : a) 9 metre b) 15 metre c) 18 metre Base hinged complete with base: d) 30 metre

Item 9: High Pressure Sodium Street Light Luminaire (Elliptical lamp with internal igniter) a) 50W High Pressure Sodium b) Lamp only c) 70W High Pressure Sodium d) Lamp only The luminaire with side entry shall bear the SANS 475 mark and SANS 60598-2-3 Safety Mark,,and be suitable for operating on a230V +3%/-10% 50Hz single phase system. Spigot entry shall comply with SANS 1088-Table 1. The luminaire shall consist of a lamp compartment completely separated for thermal reasons from the Control gear compartment.

Page 64: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

64

The housing shall be tough, vandal and corrosion resistant. The high impact resistant injection moulded acrylic bowl shall be hinged and attached to the housing by three stainless steel clips and with lifelong guaranty against dis-colouration. The lamp housing shall be sealed with a silicone gasket providing an IP65 rating that shall be in compliance with SANS 60598-2-3 and certified by a SABS test report. The reflector system shall be manufactured from 99.99% super pure deep anodised aluminium thus giving high durability and a minimum performance efficiency of 55% All electrical components shall bear the SABS mark and be mounted on a removable tray. The internal wiring shall be Teflon coated covered by protective sleeving to prevent damage due to abrasion. The control gear must be complete with power factor correcting device to a minimum 0.9 and must be guaranteed to be free from TV and radio interferences. The rating of IP65 shall be in compliance with SANS 60598-2-3 and be certified by a SABS test report. The lamp holder shall comply with VC8011 and be rated to 240 deg. Celsius and designed to prevent loosening of the lamp due to vibrations. Post Top Luminaire: The luminaire shall bear the SANS 475 mark and SANS 60598-2-3 Safety Mark and shall be suitable for operating on a230V +3%/-10% 50Hz single phase system. Spigot entry shall comply with SANS 1088-Table 1 for type 2 luminaires. The luminaire shall have a vandal resistant top cover manufactured from glass-filled nylon, firmly secured with a single injection moulded dome nut, which provides a rating of at least IP65 for the lamp compartment when fastened. The rating of IP65 shall be in compliance with SANS 60598-2-3 and be certified by a SABS test report. The diffuser shall be of a high impact resistant acrylic material, with internal prisms reducing the direct glare component. A drip ridge provided at the bottom edge to prevent direct rainwater contact with the gasket. The spigot base shall be corrosion resistance with a spigot entry of 76mm. The spigot entry allows for securing the luminaire to the pole by three stainless steel grub screws. All electrical components shall bear the SABS mark. The internal wiring shall be Teflon coated covered by protective sleeving to prevent damage due to abrasion. The control gear must be complete with power factor correcting device to a minimum 0.9 and must be guaranteed to be free from TV and radio interferences. The rating of IP65 shall be in compliance with SANS 60598-2-3 and be certified by a SABS test report.

Page 65: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

65

The lamp holder shall comply with VC8011 and be rated to 240 deg. Celsius and designed to prevent loosening of the lamp due to vibrations. Item 10: 57W Energy Efficiency Street Light Luminaire Shall comply with the SANS 60598-1:2007 “Luminaires; General requirements and test” standards. IP 66 rating The Manufacturer shall be shall be certified to ISO 9001 as well as ISO 14000. The luminaire shall consist of a lamp compartment separated for thermal reasons from the control gear compartment. The housing shall be tough, vandal and corrosion resistant. The reflector and lamp holder shall be of polycarbonate. The lamp holder shall be designed to prevent loosening of the lamp due to vibrations. The lens shall be constructed of an acrylic polymer with lifelong guaranty against dis-coloration and 5 stainless steel clips to secure the lid. The lamp used shall be a 57-watt Compact Fluorecent type with an output of 4300 lumen. The reflector shall have a minimum reflectance of 92% The ballast shall be listed, Class P, Type outdoor and CSA certified and have a power factor greater than 0.99 and shall be guaranteed to be free from TV and radio interferences. The manufacturer shall provide written warranty against defects in material or workmanship, including replacement for three years from date of manufacture. The luminaire shall be of the type to accommodate a standard 42mm spigot. All electrical components shall bear the SABS mark. a) 57 Watt Energy efficiency luminaire b) Lamp only (57 Watt PL-T 4P) c) 57 Watt Energy efficiency Post top luminaire Item 11: 150W Street Light Luminaire a) Mercury Vapour luminaire specified as per specification. b) Lamp only c) High pressure sodium luminaire specified as per specification, with the addition that the igniter shall be the

superposed pulse type. d) Lamp only

Page 66: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

66

e) Metal Halide luminaire – 11500 Lumen f) Lamp Item 12: 250W Street Light Luminaire a) Mercury Vapour luminaire specified as per specification. b) Lamp only c) High pressure sodium luminaire specified as per specification, with the addition that the igniter shall be the

superposed pulse type. d) Lamp e) Metal halide luminaire – 19000 Lumen Item 13: 400W Wide Beam Flood Light The floodlight shall bear the SANS 60598-2-5 Mark and shall be suitable for operating on a 230V +3%/-10% 50Hz single phase system. The rating of IP65 lamp and control gear compartment shall be in compliance with SANS 60598-2-5 and be certified by a SABS test report. The luminaire shall bear the SANS 475 mark and SANS 60598-2-3 Safety Mark and shall be suitable for operating on a230V +3%/-10% 50Hz single phase system. The floodlight shall have a die-cast aluminium LM6 housing with a separate control gear box attached to the mounting stirrup. The glass shall be heat and impact resistant retained in a close position by stainless clips and sealed by an extruded heat resistant silicon gasket. The reflector system shall be manufactured from 99.98% super pure anodized aluminium. The mounting stirrup shall be manufactured from hot dipped galvanized steel with holes provided for mounting purposes. Lamp replacement shall be from the side by using a high pressure die-cast aluminium lamp holder housing. The lamp holder shall comply with VC 8011 and be rated to withstand 240deg Celsius and 5kV. The control gear shall be mounted on a removable plate The control gear must be complete with power factor correcting device to a minimum 0.9 and the igniter shall be the superposed pulse type. a) Mercury Vapour wide beam floodlight specified as per specification. b) Lamp only c) High pressure sodium wide beam floodlight specified as per specification.

Page 67: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

67

d) Elliptical lamp included e) MH/T wide beam floodlight specified as per specification. f) Wire guard for floodlights (Hot dipped galv.) Item 14: Light Emitting Diode (LED) Tube a) 8Watt, Pure White, 600 lm, 85-265 V AC, 600mm, single sided wiring, B series b) 15Watt, Pure White, 1195 lm, 85-265 V AC, 1200mm, single sided wiring, B series c) 24Watt, Pure White, 1440 lm, 85-265 V AC, 1500mm, single sided wiring, B series “B” Series – Lamp operates without starter and runs off AC directly. Lamps shall be SABS approved. Item 15: 2000W Metal Halide Medium Beam Flood Light with Control Gear The floodlight shall bear the SANS 60598-2-5 Mark and shall be suitable for operating on a 230V +3%/-10% 50Hz single phase system. The rating of IP65 lamp and control gear compartment shall be in compliance with SANS 60598-2-5 and be certified by a SABS test report. The luminaire shall bear the SANS 475 mark and SANS 60598-2-5 Safety Mark and shall be suitable for operating on a230V +3%/-10% 50Hz single phase system. The floodlight shall have a die-cast aluminium LM6 housing with separate control gear. The glass shall be heat and impact resistant retained in a close position by stainless clips and sealed by an extruded heat resistant silicon gasket. The reflector system shall be manufactured from 99.98% super pure anodized aluminium. The mounting stirrup shall be manufactured from hot dipped galvanized steel with holes provided for mounting purposes. Lamp replacement shall be from the back by using a high pressure die-cast aluminium lamp holder housing. Lamp: 2000W Metal halide double ended. The lamp holder shall comply with VC 8011 and be rated to withstand 240deg Celsius and 5kV. The control gear shall be mounted on a removable plate The control gear must be complete with power factor correcting device to a minimum 0.9 and the igniter shall be the superposed pulse type. 2000W Gear plate 10.3 amp. a) 2000W Metal Halide Medium Beam Flood Light with Control Gear b) Lamp only 10.3 amp 187 000 lumen

Page 68: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

68

Item 16: Light Emitting Diode (LED) Street, Post Top and Floodlights TECHNICAL REQUIREMENTS OF LIGHT EMITTING DIODE (LED) STREETLIGHT AND FLOODLIGHT

LUMINAIRES

The following standards contain provisions which, through reference in this text, constitute requirements of this

specification. At the time of publication, the editions indicated were valid.

16.1.1 IEC 60598-1 Luminaires - Part 1: General requirements and tests

16.1.2 IEC 60598-2-3 Luminaires - Part 2: Particular requirements - Section 3: Luminaires for road and street lighting

16.1.3 ISO 4762 Hexagon socket head cap screws

16.1.4 SANS 529 Heat-resisting wiring cables

16.1.5 SANS 121 Hot dip galvanized coatings on fabricated iron and steel articles — Specifications and test methods.

16.1.6 SANS 1088 Luminaire entries and spigots

16.1.7 SANS 60529 Degrees of protection provided by enclosures (IP Code)

16.1.8 SANS 1507 Electric cables with extruded solid dielectric insulation for fixed installations (300/500V to 1 900/3 300V) Part 3: PVC Distribution cables

16.1.9 SANS 1574 Electric flexible cores, cords and cables with solid extruded dielectric insulation Part 3: PVC-insulated cores and cables

16.1.10 SANS ARP 035:2014 Guidelines for the installation and maintenance of street lighting

16.1.11 SANS 61000-3-2 Electromagnetic compatibility (EMC) Part 3-2: Limits — Limits for harmonic current emissions (equipment input current ≤ 16 A per phase)

16.1.12 OHSACT (Act 85 of1993) Occupational Health and Safety Act and Regulations

16.2 General

16.2.1 The luminaires shall be Class 1 of IEC 60598-1 and be of the totally enclosed type. Luminaires shall be delivered completely assembled with housing, driver, LED module and protector lens.

16.2.2 The luminaire output shall be provided as nominal flux at Tq of 35 0C.

16.2.3 The colour temperature of the luminaires shall be neutral white, 4000K and a colour rendering index of 70 (minimum).

16.2.4 The luminaires shall deliver 80% of the initial lumens, when installed for a minimum of 60 000 hours. The bidder shall provide a lumen depreciation graph by means of the IES LM 80-08 data of the LEDs. The LED light source test data shall provide the expected data for at least 25% of rated LED light source lifetime, i.e. 15 000 hours.

The following information and conditions shall be met:

The LED light source(s) have been tested according to LM-80-08.

The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report.

The LED light source(s) manufacturer shall indicate a temperature measurement point (Ts) on the light source(s).

The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in-situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with a flexible sealant is allowable.

For the hottest LED light source in the luminaire, the temperature measured at the Ts is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current.

16.2.5 The LED module or array shall be designed in such a manner that the failure of one LED shall not cause

Page 69: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

69

additional LED’s to switch-off. Documentary evidence of this shall be submitted.

16.2.6 Temperature sensors shall be fitted as protection devices to the luminaire, placed directly next to the LEDs. These shall not switch off the luminaire completely. Full details of how the luminaire manages its temperature, through the use of sensors and the effect on lumen maintenance, shall be supplied.

16.2.7 The entire assembly and testing of the complete LED luminaire shall be undertaken within an ISO 9001 certified factory, within South Africa.

16.3 IP Rating

The luminaires shall have minimum rating of IP 66 in accordance with SANS 60529 for both the driver and LED module compartments, when normally mounted as per SANS 475.

16.4 Construction of Luminaires

16.4.1 Luminaires shall be suitable for operation at an ambient temperature, Ta, of 350 C. Fixing devices, junctions, lips and the like shall be designed to shed water. Pockets and ledges in which condensation may accumulate shall be avoided.

16.4.2 The luminaires shall contain a heat sink with no fans, pumps or liquids, and the design thereof on the external surfaces shall prevent the accumulation of dirt and nesting of insects or ants, thus ensuring continuous effective cooling. Heat from the LED source should take the shortest path to the exterior by direct conduction or any other reliable form of cooling that will not compromise the useful life of the LEDs.

16.4.3 The luminaires shall have aluminum housings of grade EN1706 AC-44300 (or higher) aluminum alloy. This shall be substantiated by an independent metallurgical report confirming the grade of aluminum for the luminaires offered.

16.4.4 Luminaires shall be supplied in raw aluminum and shall not be powder coated.

16.4.5 Ferrous components shall be hot-dip galvanized and shall withstand the test specified in the current edition of SANS 121 for heavy duty application.

16.4.6 External small components (such as toggle clips, bolts, screws, nuts, washers) shall be stainless steel (grade 304 or better).

Due attention shall be paid to the accessibility of parts and to other requirements necessary for efficient maintenance and cleaning, where required. If screws are used to secure covers, they shall be held captive when opened.

The upgrading and/or service of the LED unit and the driver/power supply shall be possible without removing the whole luminaire but by means of replacing only the optical/gear compartment by means of a hinging mechanism.

Various items/components such as the aluminum housings, printed circuit boards (PCB’s), glass protectors, silicon gaskets and stainless-steel latches/clips shall be manufactured (not simply assembled) in South Africa.

16.5 Mounting

16.5.1 Spigot entries shall be designed to fit easily over the bracket pipe and shall be truly parallel to the fitting axis

and shall comply with Table 1 of SANS 1088:1990

16.5.2 Attachment of the luminaire base casting to its bracket arm should be by means of at least two stainless steel M8 grub screws into stainless steel sockets or any other methods to prevent cathodic corrosion between stainless steel and aluminum. The attachment of the luminaire should be designed to withstand wind speeds of up to 150 km/hour on the projected surface of the luminaire, without due deflection.

16.6 Optics

16.6.1 The luminaire shall be able to be equipped with a variety of lenses, providing the desired light distribution,

Page 70: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

70

ensuring a great diversity of light distributions for different applications. A minimum of 15 different optic distributions shall be available for flexibility of lighting designs, ensuring compliance to lighting requirements per application.

16.6.2 Luminaires should be photometered according to the C-Gamma system as detailed in CIE Publication No. 27. For LED luminaires with non-replaceable LED modules, the intensity values shall be given in candela. The results should be published in an intensity distribution table, indicating the intensity in cd/klm at each horizontal and vertical angle. This intensity distribution table should be converted by an accredited test facility and/or luminaire supplier into a suitable electronic format for use with any of the commercially available lighting computer programs.

16.7 Protector

16.7.1 The protector shall be high-impact, toughened, clear flat glass.

16.7.2 The protector shall form a seal completely preventing the entry of moisture, dust and insects into the lamp housing. A one-piece gasket, made of silicon sponge material, shall be fitted into a groove in the housing and shall be seated in a manner ensuring the integrity of the IP66 rating and shall not work loose during maintenance of the luminaire.

16.8 Power Supply or Driver Requirements

16.8.1 LED module(s) drivers shall be housed fully within the sealed body of the luminaire.

16.8.2 The output frequency of the drivers shall be 100 Hz or greater, to avoid visible flicker. The harmonic distortion levels of the LED module driver(s) shall comply with the limits as stipulated in SANS 61000-3-2.

16.8.3 The LED module driver(s) shall operate at a power factor of 0, 95 or greater, and the harmonic distortion levels shall be limited so as to not cause interference on the electrical network.

16.8.4 The power supply or driver compartment shall be sealed in the same manner as described in items 2.5.2 and 2.5.3.

16.8.5 The power supply or driver compartment shall be so designed that there is sufficient space to permit replacement of components or repairs and reassembly without difficultly and without the removal of the luminaire from its mounting.

16.8.5 The power supply or driver shall be able to withstand surges of up to 10kV/10kA by means of an external inline fused surge protection device mounted inside the gear compartment. This surge protection shall be easily replaceable.

16.8.6 The power supply or driver should incorporate a thermal switch to prevent exceeding the case temperature for maximum life time of equipment.

16.8.7 The lifetime of the power supply or driver shall be 100 000hrs with 90% survival over the lifetime.

16.9 Earthing

16.9.1 The luminaire shall be earthed in accordance with Clause 13 of the Electrical Machinery Regulations of the OHSACT (Act 85 of 1993).

16.9.2 Metal parts of luminaires which may become alive in the event of insulation fault and which are not accessible when the luminaire is mounted, but liable to come into contact with the supporting surface, shall be permanently and reliably connected to an earthing terminal and shall withstand the test specified in IEC 60598-2-3.

16.9.3 Earthing terminals shall comply with sub-clause 7.2 of IEC 60598-1. All parts of an earth terminal shall be made of brass or other corrosion resistant metal and the contact surfaces shall be bare metal and not painted or varnished surfaces.

Page 71: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

71

16.9.4 Earth connections shall be effected by means of suitable lugs in a manner avoiding all possibility of electrolytic corrosion.

16.10 Wiring

16.10.1 The internal wiring of the luminaires shall be flexible and suitably insulated to withstand the voltage and the temperature encountered in service.

16.10.2 Wiring to the LED module compartment shall be suitably grommeted , ensuring a perfect seal between compartments.

16.10.3 The supply terminals shall accept 4mm2 wires and be easily accessible. No part of the cover shall damage the supply wires when closed.

16.11 Guarantee

16.11.1 All luminaires offered shall have a minimum guarantee period of five years.

The scope of this guarantee includes the LED module drivers, luminaire housing, LED module(s), brackets and protector.

If luminaires are found to have failed within this period as a result of poor manufacturing processes and/or poor materials it shall be replaced free of charge by the manufacturer.

POST TOP STREETLIGHT GENERAL Dimensions and shape of the LED Post Top luminaire shall be similar or equally approved as the following line drawing. The LED post top luminaire shall be designed to meet the lighting criteria for Group B roads as required. The luminaire shall be designed in accordance with the following requirements: a. Design life: In excess of 25 years b. The Post Top shall be a LED replacement for existing 125W MV and or 70W HPS Post Tops on a mounting

height of between 3-6m. The tenderer shall provide a photometric design proving that the offered unit can replace the 125W MV or 70W HPS units and retain the same lux levels as before.

c. The luminaire shall be completely glare free. This shall be achieved by incorporating a symmetrical indirect lighting reflector within the luminaire. An asymmetrical reflector shall be available on request.

d. The luminaire shall incorporate a temperature sensor which monitors the temperature of the LEDs on the PCBs. Once a critical temperature is reached, the current shall be reduced to a safe temperature level. The temperature sensor shall not completely switch off the LEDs at high temperatures, which shall facilitate maintenance to be undertaken during daylight hours.

e. The power supply or driver shall be able to withstand surges of up to 10kV/10kA by means of an external inline fused surge protection device mounted inside the gear compartment. This surge protection shall be easily replaceable.

f. The power supply or driver should incorporate a thermal switch to prevent exceeding the case temperature for maximum life time of equipment. The lifetime of the power supply or driver shall be 100 000hrs with 90% survival over the lifetime.

g. Minimum IP rating of the light compartment, including driver compartment: IP66. h. The protector shall be smooth, for easy cleaning, and shall be manufactured of impact resistant UV stabilised

polycarbonate (IK 08). The housing shall be robustly constructed, weather proof, hail proof, insect proof, corrosion proof, ultraviolet light resistant and vandal resistant.

i. The top cover of the luminaire shall be manufactured of Plastamid and in the specified colour.

Page 72: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

72

j. The Post Top luminaire shall be certified, in terms of SANS 60598, to operate at an ambient temperature of 35°C. The thermal design shall be particularly designed for African exterior conditions, i.e. high emperatures, high pollution, corrosion resistant.

k. The LED life expectancy shall be 60,000 hours at 80% lumen maintenance. (Documentary evidence from the LED manufacturer, by means of an appropriate datasheet, confirming the statistical correlation, shall be provided).

l. Use of high efficiency LED’s (> 90 lumens/watt: Absolute photometry) CRI > 70. Documentary evidence of compliance to this clause shall be submitted with the tender.

m. Colour temperature shall be neutral white (4000K) with an option to be supplied in warm white (3000K). A report from the LED vendor, for LED’s used in the luminaire, shall be submitted, which shall include the following documentary evidence:

Measured LED junction temperature for a given test condition and extrapolated for an ambient temperature of 35°C.

LED drive current.

LED manufacturer data that clearly correlates LED junction temperature and LED drive current to lumen maintenance.

The LED datasheets, indicating the Byy, Lxx data, as provided by the LED manufacturer. n. The luminaire spigot housing shall be constructed of marine grade high pressure die cast EN 1706 AC-

44300 aluminium. Tenderers shall submit a metallurgical report from an independent metallurgist confirming the grade of aluminium for all the luminaires offered.

o. The spigot shall be equipped with 3 x M8 hexagon screws for fastening on the bottom entry pole. p. The control gear and LED engine shall be incorporated into the spigot housing for heat dissipation. The

power supply connection must take place inside the spigot. 16.12 SPIGOT ENTRIES:

Spigot entries shall be designed to fit easily over the existing bottom entry and shall comply with Table 1 of SANS 1088 as follows:

For Type 2 luminaires (bottom entry): Nominal size 76 x 75 mm 16.13 POWER SUPPLY:

The power factor shall be rated at _0.95.

The power supply shall be removable and shall be suitable for operation with the specified rating of the lamp on a 120-277 VAC 50Hz single phase system.

Operating temperatures shall be from -15deg to +60deg on the housing (case temperature).

Operating humidity shall be from 20% to 95%.

The control gear shall incorporate a thermal switch for protection when exceeding the case temperature.

Provisions shall be made to withstand surges up to 10kV/10kA.

The unit shall be EMC compliant to the SANS 55015 and SANS 61347-1 standard.

The unit shall be able to be supplied with a recessed down facing daylight sensor on request. 16.14 LED STREET LIGHT LUMINAIRE TEST REPORTS

Failure to provide test reports of the following tests called for will result in the rejection of the Tender: Type test according to SANS 60598-1:2004 and SANS 60598-2-3:2003. IP rating test reports for all items offered in accordance with SANS 60529. A separate ambient temperature (Ta rating) test report shall be provided, in accordance with SANS 475. The test reports shall be issued by SANS or IEC accredited test authority.

16.15 DETAILS OF LED POST TOP STREETLIGHT REQUIRED

Direct replacement for 125W MV luminaire w.r.t. average illuminance on road surface.

Page 73: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

73

Comparative photometric data and horizontal and vertical illuminance graphs of 37W LED and 125W MV luminaires to be included in tender submission. Construction: Marine Grade EN 1706 AC-44300 Aluminium LED’s: 16 LEDS x 37W LED Current: 700mA LED Colour: Neutral White Minimum Lumen output: 4000 Light Distribution: Asymmetrical Optical and electronic compartment IP Rating: IP66 Protector: UV Resistant Polycarbonate IK 08 Top Cover: Plastamid Colour: Pearl light grey Mounting Height: 5-7m MCB: Not required Daylight Switch: Not required

TECHNICAL DETAILS OF EQUIPMENT OFFERED 37W LED POST TOP STREET LIGHT LUMINAIRES Name of the LED post top luminaire manufacturer……………………………………… Place of manufacture…………………………………………………………………………. Manufacturer’s identification reference……………………………………………………… Physical Address of manufacturer in the Western Cape………………………………….. Type of luminaire LED………………………………………………………………………… What is the nominal lumen flux at Tq of 35 0C?............................................................... Rated wattage………………………………………………………………………………….. Number of LEDS per luminaire………………………………………………………………. LED Current……………………………………………………………………………………. Class and type of luminaire…………………………………………………………………… Colour temperature…………………………………………………………………………….. Luminaire efficacy lm/W……………………………………………………………………….. Colour rendering index 65 (minimum)………………………………………………………… Lumen Depreciation of the LED luminaire when installed for 50 000 hours (min.) 80% of initial lumens……………………………………… Bears SANS 60529 Mark………………………………………………………………………. Degree of protection to SANS 60529…………………………………………………………. Material of the top cover…………………………………………………………………….…. Material of the diffuser..…………………………………………………………………….…. Aluminium grade of spigot…………………………………………………………………… Standard to which hot-dip galvanising all ferrous components comply with …………………………………… Steel grade for toggle clips, bolts, screws, nuts and washers…………………………………… Location of the LED drivers…………………………………………………………………….. Type and nominal size of spigot entry…………………………………………………………. Material of gasket silicon………………………………………………………………………… Driver specification with which drivers or power supply complies……………………………. Driver manufacturer………………………………………………………………………………. Voltage service range of driver………………………………………………………………….. Type of Driver or power supply………………………………………………………………….. Power factor of the power supply 0,85 lagging (min)………………………………………….. Operating frequency………………………………………………………………………………. Harmonic distortion levels of driver or power supply to comply with SANS 61000-3-2 ……………………………………………………

Page 74: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

74

Gross mass of complete luminaire ………………………………………………………………. Replacement for 125W MV luminaire w.r.t. average illuminance on road surface (Yes/No) ……………………………………………………………………… Comparative photometric data of 37W LED and 125W MV luminaires included in tender submission (Yes/No) ……………………………………………..…………………… Have test reports been submitted with the tender documents ……………………………………. Guarantee period…………………………………………………………………………………… Dimensions and shape of the LED Post Top luminaire shall be similar or equally approved as the following line drawing. The LED post top luminaire shall be designed to meet the lighting criteria for Group B roads as required. The luminaire shall be designed in accordance with the following requirements: a. Design life: In excess of 25 years b. The Post Top shall be a LED replacement for existing 125W MV and or 70W HPS Post Tops on a

mounting height of between 3-6m. The tenderer shall provide a photometric design proving that the offered unit can replace the 125W MV or 70W HPS units and retain the same lux levels as before.

c. The luminaire shall be completely glare free. This shall be achieved by incorporating a symmetrical indirect lighting reflector within the luminaire. An asymmetrical reflector shall be available on request.

d. The luminaire shall incorporate a temperature sensor which monitors the temperature of the LEDs on the PCBs. Once a critical temperature is reached, the current shall be reduced to a safe temperature level. The temperature sensor shall not completely switch off the LEDs at high temperatures, which shall facilitate maintenance to be undertaken during daylight hours.

e. The power supply or driver shall be able to withstand surges of up to 10kV/10kA by means of an external inline fused surge protection device mounted inside the gear compartment. This surge protection shall be easily replaceable.

f. The power supply or driver should incorporate a thermal switch to prevent exceeding the case temperature for maximum life time of equipment. The lifetime of the power supply or driver shall be 100 000hrs with 90% survival over the lifetime.

g. Minimum IP rating of the light compartment, including driver compartment: IP66. h. The protector shall be smooth, for easy cleaning, and shall be manufactured of impact resistant UV

stabilised polycarbonate (IK 08). The housing shall be robustly constructed, weather proof, hail proof, insect proof, corrosion proof, ultraviolet light resistant and vandal resistant.

i. The top cover of the luminaire shall be manufactured of Plastamid and in the specified colour. j. The Post Top luminaire shall be certified, in terms of SANS 60598, to operate at an ambient

temperature of 35°C. The thermal design shall be particularly designed for African exterior conditions, i.e. high temperatures, high pollution, corrosion resistant.

k. The LED life expectancy shall be 60,000 hours at 80% lumen maintenance. (Documentary evidence from the LED manufacturer, by means of an appropriate datasheet, confirming the statistical correlation, shall be provided).

l. Use of high efficiency LED’s (> 90 lumens/watt: Absolute photometry) CRI > 70. Documentary evidence of compliance to this clause shall be submitted with the tender.

m. Colour temperature shall be neutral white (4000K) with an option to be supplied in warm white (3000K).

A report from the LED vendor, for LED’s used in the luminaire, shall be submitted, which shall include the following documentary evidence:

Measured LED junction temperature for a given test condition and extrapolated for an ambient temperature of 35°C.

LED drive current.

LED manufacturer data that clearly correlates LED junction temperature and LED drive current to lumen maintenance.

The LED datasheets, indicating the Byy, Lxx data, as provided by the LED manufacturer.

Page 75: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

75

n. The luminaire spigot housing shall be constructed of marine grade high pressure die cast EN 1706 AC-44300 aluminium. Tenderers shall submit a metallurgical report from an independent metallurgist confirming the grade of aluminium for all the luminaires offered.

o. The spigot shall be equipped with 3 x M8 hexagon screws for fastening on the bottom entry pole. p. The control gear and LED engine shall be incorporated into the spigot housing for heat dissipation.

The power supply connection must take place inside the spigot. 16.15.1 SPIGOT ENTRIES:

Spigot entries shall be designed to fit easily over the existing bottom entry and shall comply with Table 1 of SANS 1088 as follows:

For Type 2 luminaires (bottom entry): Nominal size 76 x 75 mm 16.15.2 POWER SUPPLY:

The power factor shall be rated at _0.95.

The power supply shall be removable and shall be suitable for operation with the specified rating of the lamp on a 120-277 VAC 50Hz single phase system.

Operating temperatures shall be from -15deg to +60deg on the housing (case temperature).

Operating humidity shall be from 20% to 95%.

The control gear shall incorporate a thermal switch for protection when exceeding the case temperature.

Provisions shall be made to withstand surges up to 10kV/10kA.

The unit shall be EMC compliant to the SANS 55015 and SANS 61347-1 standard.

The unit shall be able to be supplied with a recessed down facing daylight sensor on request. 16.15.3 LED STREET LIGHT LUMINAIRE TEST REPORTS

Failure to provide test reports of the following tests called for will result in the rejection of the Tender: Type test according to SANS 60598-1:2004 and SANS 60598-2-3:2003. IP rating test reports for all items offered in accordance with SANS 60529. A separate ambient temperature (Ta rating) test report shall be provided, in accordance with SANS 475. The test reports shall be issued by SANS or IEC accredited test authority.

16.15.4 DETAILS OF LED POST TOP STREETLIGHT REQUIRED

Direct replacement for 125W MV luminaire w.r.t. average illuminance on road surface. Comparative photometric data and horizontal and vertical illuminance graphs of 37W LED and 125W MV luminaires to be included in tender submission. Construction: Marine Grade EN 1706 AC-44300 Aluminium LED’s: 16 LEDS x 37W LED Current: 700mA LED Colour: Neutral White Minimum Lumen output: 4000 Light Distribution: Asymmetrical Optical and electronic compartment IP Rating: IP66 Protector: UV Resistant Polycarbonate IK 08 Top Cover: Plastamid Colour: Pearl light grey Mounting Height: 5-7m MCB: Not required Daylight Switch: Not required

TECHNICAL DETAILS OF EQUIPMENT OFFERED

Page 76: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

76

37W LED POST TOP STREET LIGHT LUMINAIRES Name of the LED post top luminaire manufacturer……………………………………… Place of manufacture…………………………………………………………………………. Manufacturer’s identification reference……………………………………………………… Physical Address of manufacturer in the Western Cape………………………………….. Type of luminaire LED………………………………………………………………………… What is the nominal lumen flux at Tq of 35 0C?............................................................... Rated wattage………………………………………………………………………………….. Number of LEDS per luminaire………………………………………………………………. LED Current……………………………………………………………………………………. Class and type of luminaire…………………………………………………………………… Colour temperature…………………………………………………………………………….. Luminaire efficacy lm/W……………………………………………………………………….. Colour rendering index 65 (minimum)………………………………………………………… Lumen Depreciation of the LED luminaire when installed for 50 000 hours (min.) 80% of initial lumens……………………………………… Bears SANS 60529 Mark………………………………………………………………………. Degree of protection to SANS 60529…………………………………………………………. Material of the top cover…………………………………………………………………….…. Material of the diffuser..…………………………………………………………………….…. Aluminium grade of spigot…………………………………………………………………… Standard to which hot-dip galvanising all ferrous components comply with ……………………………………… Steel grade for toggle clips, bolts, screws, nuts and washers…………………………………… Location of the LED drivers…………………………………………………………………….. Type and nominal size of spigot entry…………………………………………………………. Material of gasket silicon………………………………………………………………………… Driver specification with which drivers or power supply complies……………………………. Driver manufacturer………………………………………………………………………………. Voltage service range of driver………………………………………………………………….. Type of Driver or power supply………………………………………………………………….. Power factor of the power supply 0,85 lagging (min)………………………………………….. Operating frequency………………………………………………………………………………. Harmonic distortion levels of driver or power supply to comply with SANS 61000-3-2 …………………………………………………… Gross mass of complete luminaire ………………………………………………………………. Replacement for 125W MV luminaire w.r.t. average illuminance on road surface (Yes/No) ……………………………………………………………………… Comparative photometric data of 37W LED and 125W MV luminaires included in tender submission (Yes/No) ……………………………………………..…………………… Have test reports been submitted with the tender documents ……………………………………. Guarantee period……………………………………………………………………………………

The LED driver sizes for the following LED packages shall be:

LED’s for Streetlights, Post Top and Floodlight

Wattage Entry To Replace

a) 50W LED SIDE 50W MH / 70W HPS / 125 W MW

Page 77: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

77

b) 70 W LED SIDE 100 HPS

c) 108 W LED SIDE 150 W HPS

d) 150 W LED SIDE 250 W HPS

e) 250 W LED SIDE 400 W HPS

f) 400 W LED SIDE

g) 150 W LED Floodlight BRACKET 250 W HPS Floodlight

h) 300 W LED Floodlight BRACKET 400 W HPS Floodlight

i) 37 W Post Top Post top Lantern 57 W PL-T

Item 17: Pillar Boxes and Stubbies The kiosk must be designed to take the specified amount of meters plus circuit breakers and must have splash proof doors and danger signs must be attached to doors. The kiosks must be double door. All hinges, locking devices, Gland plates and frame must be stainless steel. The kiosk must contain copper busbars and also be fitted with a treated veneered block board. Back and front gland plates must be separate. Locking device must be stainless steel and of the push through type.

When glass fibre the resin must conform to SABS 141F. Gelcoat must have UV stabilisers and isothetic construction.

Minimum thickness of laminate to be 3mm on kiosk and 4mm on root. Moulded Polyethylene and stainless-steel kiosk shall also be accepted. Stubbies shall be Moulded Polyethylene with a stainless-steel frame and gland plate. (12 way) Item 18: Hard Drawn Bare Copper Conductor Hard drawn bare copper conductor 70mm. Item 19: Annealed Seven Stranded Copper Conductor Annealed 7 stranded copper conductor 16mm2. Item 20: Aerial Bundled Conductor System The aerial bundled conductor service cable must be constructed of stranded cores of copper wire.

The aerial bundle conductor stranded cores must be constructed of only aluminium or aluminium alloy and no steel or

steel alloy will be considered. The aerial bundle conductor covering must be suited to the South African ultra violet ray conditions and full details

must be given.

Page 78: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

78

Aerial bundle conductors to comply with SABS specification 1418 part 1 and 2 for bundle with supporting core. Each core must be clearly marked.

The strain clamps, suspension clamps and pole mounting brackets must be constructed of aluminium alloy or

stainless steel. Give details plus grades of metal. Price must be given for 4-core plus street-light wire of 25mm2. Item 21: 11kV Aerial Bundled Conductor System Aerial Bundled cables shall be manufactured to SABS 1339 (adapted) using best grade materials. Cables shall be made up of 3 cores marked 1, 2 and 3 respectively to identify phases. Each one shall be made up of:

Aluminium stranded conductor Extruded semi-conductor screen XLPE insulation Extruded semi-conductor Taped core screen UV protected PVC serving

Phase cores shall be laid around a straight catenary. The catenary shall consist of 50mm2 galvanised steel. The bidder who supplies the conductor must also be able to supply the mounting hardware as well as the terminations

and splices. Item 22: Pine conductor: Greased AAAC (BS 3242:1970) Item 23: Mulberry conductor: Greased AAAC (BS 3242:1970) Item 24-30: LPU Meter with AMR Function (specifications as per pages 80-83) Item 31: Triple pole and Single pole Circuit breakers to SABS Item 32: LV Splicing Kits to SABS Item 33: ABC Connectors to SABC Item 34: Glands to SABS for armoured cables Item 35: 12kV Termination kits to SABS (NRS 053-2013 for joint and terminations)

a) Test certificate for the termination and splicing kits must be produced with the tender b) All Items must state the Manufacture, together with batch number for traceability and must comply to NRS

053-2013 for joint and terminations Item 36: 12kV Joint kits (PILC) to SABS Item 37: 12kV Insulating Boots SABS Item 38: Ballast for 57 Watt Energy efficiency lamps Item 39: Insulation tape to SABS

Page 79: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

79

Item 40: Electro solvent Item 41: All-in-one solar-LED street lights

Light Source: 30 W 60 W

Lumen (Full Power): ±3000 ±6500

Product Weight: ± 12KG ± 18KG

Mounting Distance 20-25m 25-30m

Solar Panel: High Efficiency Monocrystalline

Product Size: All the components must be combined in one unit. Solar panel, batteries, day-night switch, LED lights and brackets

Working time after

fully charged:

± 10 Hours continuous or three rain days

Material: Rustproof and UV protected with at least 15-year warranty on solar panel and casing. Five-year warranty on batteries and LED.

All mounting brackets, nuts and bolts must be manufactured of Stainless Steel with a five-year warranty against rust.

Mounting bracket must be able to fit on to concrete, wood or steel poles

Availability: All parts must be local (SA) available

Lens Cover Polycarbonate

Ingress Protection Rating IP 65

SECTION 2.2: METER SPECIFICATIONS 2.2.1 Maximum demand equipment

Page 80: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

80

(i) The terminals must be of brass and the terminal block must incorporate anti-creep barriers between adjacent terminals. Terminals shall make use of a minimum of two cable clamping screws. (ii) The metering system shall be supplied complete with all necessary equipment to measure and display total kWh consumed and kVA demand. (iii) Maximum demand equipment must record a kVA demand, which is a true reflection of the product of the system

voltage and the sum of the system currents, averaged over the half-hour of highest demand. The maximum demand integration interval must be of the fixed period type - sliding window integration is not acceptable.

(iv) Bidders must state the type of kVA calculation method used, i.e. whether single or multiple integrations are

performed over the integrating period. Should multiple integrations be performed, the frequency of integrations must be given. Preference may be given to equipment which performs multiple integrations.

(v) Accuracy limits must be independent of power factor. The accuracy must be unaffected by imbalance in the

system current. (vi) The meters must be capable of accepting either single rate or time of use tariffs. (vii) The meters must be capable of recording load profiles. Bidders must indicate the number of recording channels

that can be accommodated and the relevant periods for which the recording can be carried out. Bidders must also state which parameters can be monitored. As a minimum, the meter must be capable of recording kWh and kVARh measured every half an hour for a period of at least sixty days.

(viii) Bidders must offer solid-state equipment, incorporating a kWh meter, kVARh meter and a maximum demand

recorder in a single unit. (ix) All solid-state meters must comply with the requirements of IEC 801 - Electromagnetic Compatibility for

Industrial Process Measuring and Control Equipment. Bidders must submit documentary proof of compliance with this specification.

(x) The MD registers must store the highest kVA demand over a half-hour period, for each rate in use. The demand

period shall be measured by an internal crystal clock and a means must be provided to enable synchronising with other meters, or measuring equipment. Bidders shall indicate the accuracy of the clock and anticipated drift with time.

(xi) All meters offered must be user-programmable in every respect and must allow rate changes on both kWh and

kVA maximum demand, alteration of exclusion dates and change of rate period. It must be possible to make these alterations in both a workshop and on-site environment. It must also be possible to make alterations without resetting the meter or interrupting the current billing cycle.

(xii) The metering systems must incorporate timing controls to accommodate a tariff structure which allows for

weekday, weekend and seasonal tariffs, as well as the inclusion of exclusion dates which can be individually assigned to at least two different rates. As a minimum requirement, the tariff software must allow for the following:

Two seasons

Three different tariffs (e.g. standard, off-peak, peak and weekend)

Eight tariff switching times per day, and

Fifteen exclusion dates per year.

Page 81: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

81

It must also be possible to perform calculations using the data recorded from the inputs. (xiii) The meters must be programmable via an IBM-compatible PC. The programming software must be Windows 95

based 32-bit software. Communication between the PC and the meter must be by means of the ZVEI/FLAG protocol, as defined in IEC 1107 - Data Exchange for Meter Reading, Tariff and Load Control. Direct Local Data Exchange.

(xiv) It must be possible to extract the meter’s configuration directly from the meter without a prior record of the

meter’s configuration. (xv) The meter operating software must be capable of incorporating instrument transformer ratios in order to provide

an internal multiplying figure. The reading which the meter displays should therefore be the actual reading, with no external multiplying constant required. Bidders must state whether there is an upper limit to the multiplying constant which the meter will accept and if so, what that figure is. Software should be compatible with the existing PROMUN System used by Mossel Bay Municipality.

(xvi) The meters must prevent unauthorised reprogramming by means of user definable password protection. (xvii) The information shown on the display may either scroll continuously or be selectable by means of a pushbutton.

It must be possible to program which registers are displayed, both for a default display cycle that the meter reader or customer sees and for engineering display that the engineering staff can select.

(xviii) An external maximum demand reset button must be fitted, with means to seal it against unauthorised use. (As

detailed in Clause 2.1.1.3.2). It must be possible to reset the recorded kVA maximum demand figure using any of the following methods; by pressing the external pushbutton; by using a hand-held reading device; and by automatic end of billing period dates, pre-programmed into the meter.

(xix) The maximum demand measurement for the current integration period must reset on loss of mains supply. (xx) Provision must be made for the registers to store the value of the highest monthly kVA demand and kVAh

consumption in the accumulation period. This must be available for at least four previous demand periods. (xxi) Data contained in the meter shall not be lost in the event of loss of mains supply; data memory shall be non-

volatile and must not use batteries to maintain its storage. (xxii) At least four pulse outputs and two pulse inputs must be provided. These outputs and inputs must be available

at the meter terminal block and be suitable for the operation of re-transmitting relays. It must be possible to program the outputs and inputs to provide or accept the following functions:

Half-hour reset

kVA

kW

End of billing period (xxiii) Bidders shall quote separately for the provision of all software and hardware necessary for the programming,

calibration and operation of the meters. The software licence shall be a site licence that shall allow for the installation of the software on as many computers as required.

(xxiv) The meter software must not require the use of a hardware dongle or any other form of copy protection. It shall

be possible to install or remove the software from any computer without having to refer to the supplier for unlocking codes or any other form of licence key.

Page 82: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

82

(xxv) The meters must be capable of remote communication via a GSM, GPRS or land line modem via an external serial port.

2.2.2 Sealing All meters must be suitable for sealing with 1 mm² sealing wire and brass seals, or other approved means. Once the seals have been applied, it shall not be possible to remove the securing screws, without first cutting the sealing wire. An attempt to remove the screws with the sealing wire in place must result in visible damage to the meter and securing pillars. 2.2.3 Battery Back-up

(i) Where the meter programme or internal timing is backed up by on-board battery, bidders must state the battery life which they are prepared to guarantee. Should the battery fail during this period, the bidder will be held responsible for its replacements, at no cost to the purchaser. Bidders should state how the battery is mounted and whether it can be replaced on site.

(ii) Data gathered must be stored in non-volatile memory and must not be battery dependant. Means shall be

available to indicate battery failure and loss of programme shall be easily identifiable. (iii) It shall be possible to replace the battery on site without the use of special tools. The normal operation of the

meter shall not be affected during the replacement of the battery. 2.2.4 Wiring of meter (i) Red, yellow, blue, black and green flexible panel wiring or grey panel wire with appropriate numbering shall be

used for the wiring between the meter CT’s and test block. (ii) All wiring must be neatly arranged and strapped with suitable PVC cable ties. (iii) Old wiring not up to standard must be replaced with new wiring. (iv) All wiring shall be 2,5mm panel wire and shall be appropriately lugged on both ends utilising insulated lugs. 2.2.5 Removed meters

Old meters shall be returned to the Electro-Technical Department of Mossel Bay Municipality. 2.2.6 ELECTRONIC SINGLE-PHASE METER WITH AMR FUNCTION KWh Meter 5(80) Ampere Measure in 4 quadrant Measurement in up to 8 tariffs Voltage quality measurement Safe data logging of consumption and events Immune to magnetic influence Tamper detection Real time clock 2.2.7 ELECTRONIC THREE PHASE METER WITH AMR FUNCTION KWh Meter 5(100) Ampere Measure in 4 quadrant Measurement in up to 8 tariffs Voltage quality measurement

Page 83: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

83

Safe data logging of consumption and events Immune to magnetic influence Tamper detection Real time clock

Page 84: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

84

SECTION 2.3: PRICING SCHEDULE

Pricing Instructions mean the criteria as set out below, read together with all Parts of this contract document, which it

will be assumed in the contract that the tenderer has taken into account when developing his prices.

2.3.1 The short descriptions and category number given in the pricing schedule below are brief descriptions used

to identify the activities for which prices are required.

2.3.2 While it is entirely at the tenderer’s discretion as regards to the pricing schedule below, guideline tariffs of

fees or indicative time-based fee rates are gazetted annually, which are useful documents that will give

tenderers some idea of industry norms against which they may compare their rates, sums, percentage fees

and/or prices as applicable.

2.3.3 For the purpose of the pricing schedule, the following words shall have the meanings hereby assigned to

them:

Unit: The unit of measurement for each item of work.

Quantity: The number of units of work for each item.

Rate: The agreed payment per unit of measurement.

Amount: The product of the quantity and the agreed rate for an item.

Sum: An agreed lump sum payment amount for an item, the extent of which is described in the

Scope of Work, but the quantity of work which is not measured in any units.

2.3.4 A rate, sum, percentage fee and/or price as applicable, is to be entered against each item in the pricing

schedule. An item against which no price is entered will be considered as a no offer and will not be

evaluated.

2.3.5 The rates, sums, percentage fees and prices in the pricing schedule are to be fully inclusive prices under the several items. Such prices and rates are to cover all costs and expenses that may be required in and for the execution of the work described, and shall cover the cost of all general risks, liabilities, and obligations set forth or implied in the tender, as well as overhead charges and profit.

2.3.6 Where quantities are given in the pricing schedule, these are provisional and do not necessarily represent

the actual amount of work to be done. The quantities of work accepted and certified for payment will be used

for determining payments due and not the quantities given in the pricing schedule. In respect of time-based

services, the allocation of staff must be agreed with the employer before such services are rendered.

2.3.7 All rates, sum, percentage fees or prices (as applicable) tendered in the pricing schedule shall be final and

binding and shall not be subject to any variation throughout the period of the contract.

2.3.8.1 The pricing to be indicated in Section A is based on estimated quantities from the previous year and is only

used for evaluation purposes.

2.3.8.2 For Section A only firm pricing will be accepted, non-firm prices (including prices subject to rates of exchange

variations) will not be considered.

Page 85: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

85

2.3.8.3 The bidder needs to indicate the escalation percentage applicable on all the rates as per Section A in Section

B below.

2.3.8.4 The bid will be evaluated based on the cost of contract per item, in other words the rates multiplied by the

quantities for the envisage three years multiplied by the escalation rates as quoted.

SECTION A

FOR SPECIFICATIONS AS SET OUT ON PAGE 17-79 OF THIS TENDER DOCUMENT

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

ITEM 1: MINIATURE SUBSTATION - (See specification)

a) Miniature substation (With metal enclosed RMU) 315kVA

each 5

b) Miniature substation (With metal enclosed RMU) 400kVA

each 8

c) Miniature substation (With metal enclosed RMU) 500kVA

each 4

d) Miniature substation (With metal enclosed RMU) 630kVA

each 2

e) Miniature substation (With metal enclosed RMU) 800kVA

each 2

Page 86: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

86

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

ITEM 2: 12 kV COMPACT INDOOR SWITCHGEAR - (See specification)

a)

11kV double extensible Isolator Coupler unit, complete with voltage indicators, interlocked internal arc cable boxes and earthing switch

each

1

b)

11kV double extensible 630A Circuit Breaker Coupler unit, complete with voltage indicators, interlocked internal arc cable boxes, self-powered digital protection relay and earthing switch

each

1

c)

11kV left extensible Cable Connection unit, complete with voltage indicators, interlocked internal arc cable boxes

each

1

d)

11kV right extensible Cable Connection unit, complete with voltage indicators, interlocked internal arc cable boxes

each

1

e)

11kV non-extensible 200A Circuit Breaker, complete with voltage indicators, interlocked internal arc cable box and a self-powered digital protection relay

each

1

f)

11kV double extensible 630A Isolator, complete with voltage indicator and interlocked internal arc cable box

each

1

g)

11kV double extensible 200A Circuit Breaker, complete with voltage indicators, interlocked internal arc cable box and a self-powered digital protection relay

each

1

Page 87: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

87

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

ITEM 2: 12 kV COMPACT SWITCHGEAR (Continue) - (See specification)

h)

11kV double extensible 630A Circuit Breaker, complete with voltage indicators, interlocked internal arc cable box and a self-powered digital protection relay

each

1

i)

11kV non-extensible unit, comprising of 3 X 630A Isolators, complete with voltage indicators and interlocked internal arc cable boxes

each

1

j)

11kV right extensible unit, comprising of 3 x 630A Isolators, complete with voltage indicators and interlocked internal arc cable boxes

each

1

k)

11kV non-extensible unit, comprising of 2 x 630A Isolators, and 1 x 200A Circuit Breaker fitted with a self-powered digital protection relay, and complete with voltage indicators, interlock internal arc cable boxes

each

1

l)

11kV right extensible unit, comprising of 2 x 630A Isolators, and 1 x 200A Circuit Breaker fitted with a self-powered digital protection relay, and complete with voltage indicators, interlock internal arc cable boxes

each

1

m)

11kV non-extensible unit, comprising of 4 x 630A Isolators, and complete with voltage indicators and interlocked internal arc cable boxes

each

1

n)

11kV right extensible unit, comprising of 4 x 630A Isolators, and complete with voltage indicators and interlocked internal arc cable boxes

each

1

Page 88: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

88

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

ITEM 2: 12 kV COMPACT INDOOR SWITCHGEAR (Continue) - (See specification)

o)

11kV non-extensible unit, comprising of 2 x 630A Isolators, and 2 x 200A Circuit Breakers fitted with a self-powered digital protection relay, and complete with voltage indicators, interlocked internal arc cable boxes

each

1

p)

11kV right extensible unit, comprising of 2 x 630A Isolators, and 2 x 200A Circuit Breakers fitted with self-powered digital protection relay, and complete with voltage indicators, interlocked internal arc cable boxes

each

1

q)

Metering Panel Local, complete with current and voltage transformers, Cable Type complete with Test Blocks and Power Meter

each 1

r)

Metering Panel MT, complete with current and voltage transformers, Busbar Type complete with Test Blocks and Power Meter

each 1

ITEM 3: 12 kV LMR Type Retrofit breaker - (See specification)

a) 630Amp (Circuit breaker only) each 4

b) 1250Amp (Circuit breaker only) each 4

c) Complete Installation of breaker each 8

ITEM 4: 12/17.5kV switchgear - (See specification)

a) With VT (Panel only) each 2

b) Without VT (Panel only) each 6

c) Circuit Breaker only 630Amp each 6

d) Circuit Breaker only 1250Amp each 2

Page 89: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

89

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

e) Bus coupler (Complete with breaker) each 1

f) Bus riser each 1

ITEM 5: 12kV SF6 metal enclosed Outdoor free standing Ring Main Unit (RMU) - (See specification)

a)

Non-extensible RMU with 200A circuit breaker for Transformer protection up to 3,5 mVA.

each

10

b)

Non-extensible RMU with 630A circuit breaker for Network sectionalising up to 12 mVA.

each

5

c)

Extensible RMU with a 200A circuit breaker and facility for adding another circuit breaker for dual transformer or network switching points.

each

2

e)

Extensible RMU with a 630A circuit breaker and facility for adding another circuit breaker for dual transformer or network switching points.

each

2

ITEM 6: Extensible Outdoor S/S Kiosk for 12kV Compact Indoor Switchgear (Top Ventilated): (See specification)

a) Two-way Outdoor Kiosk each 1

b) Three-way Outdoor Kiosk each 2

c) Four-way Outdoor Kiosk each 2

d) Five-way Outdoor Kiosk each 2

ITEM 7: CLOSING AND TRIPPING SUPPLY (Battery Charging Unit) - (See specification)

a) Closing Tripping supply 3Amp – 30V each 1

b) Closing Tripping supply 10 Amp–30V each 1

Page 90: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

90

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

c) Closing Tripping supply 3Amp – 110V

each 1

d) Closing Tripping supply 10 Amp – 110V

each 1

ITEM 8: Masts (Galvanised Steel) - (See specification)

a) 9 metre each 1

b) 15 metre (scissor) each 1

c) 18 metre (scissor) each 1

d) 30 metre each 1

ITEM 9: HIGH PRESSURE SODIUM STREET LIGHT LUMINAIRE - (See specification)

a) 50 Watt High Pressure Sodium Luminaire

each 5

b) 50 Watt High Pressure Sodium lamp each 5

c) 70 Watt High Pressure Sodium Luminaire

each 5

d) 70 Watt High Pressure Sodium lamp each 5

ITEM 10: 57W ENERGY EFFICIENCY STREET LIGHT LUMINAIRE - (See specification)

a) 57 Watt energy efficiency luminaire each 50

b) 57 Watt energy efficiency lamps (PL-T 4P 4300P)

each 1500

c) 57 W energy efficient Post Top Luminaire.

each 50

ITEM 11: 150W STREET LIGHT LUMINAIRE - (See specification)

a) 150 Watt mercury vapour luminaire each 20

Page 91: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

91

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

b) 150 Watt mercury vapour lamps each 30

c) 150 Watt High pressure sodium luminaire

each 20

d) 150 Watt High pressure sodium vapour lamps

each 30

e) 150 Watt Metal halide luminaire each 20

f) 150 Watt Metal halide lamps each 30

ITEM 12: 250W STREET LIGHT LUMINAIRE - (See specification)

a) 250 Watt mercury vapour luminaire each 15

b) 250 Watt mercury vapour lamps each 20

c) 250 Watt High pressure sodium luminaire

each 15

d) 250 Watt High pressure sodium vapour lamps

each 20

e) 250 Watt Metal halide luminaire each 15

f) 250 Watt Metal halide lamps each 20

ITEM 13: 400W WIDE BEAM FLOOD LIGHT - (See specification)

a) 400 Watt mercury vapour flood light each 10

b) 400 Watt mercury vapour flood light lamp

each 20

c) 400 Watt High pressure sodium flood light

each 10

d) 400 Watt High pressure sodium flood light lamp

each 20

Page 92: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

92

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

e) 400 Watt MH/T flood light each 10

f) 400 Watt MH/T flood light lamp each 20

g) Wire guard (hot dipped galv) each 30

ITEM 14: Light Emitting Diode (LED) Tubes - (See specification)

a) 8Watt – 600mm “B” Series each 50

b) 15Watt – 1200mm “B” Series each 50

c) 24Watt – 1500mm “B” Series each 400

ITEM 15: 2OOOW METAL HALIDE MEDIUM BEAM FLOOD LIGHT WITH CONTROL GEAR - (See specification)

a) 2000 watt metal halide floodlight each 10

b) 2000 watt metal halide Lamp each 10

ITEM 16: Light Emitting Diode(LED) Street Light - (See specification)

a) 50 W LED Streetlight Luminaire each 50

b) 70 W LED Streetlight Luminaire each 20

c) 108 W LED Streetlight Luminaire each 20

d) 150 W LED Streetlight Luminaire each 20

e) 250 W LED Streetlight Luminaire each 20

f) 400 W LED Streetlight Luminaire each 20

g) 150 W LED Floodlight Luminaire each 20

h) 300 W LED Floodlight Luminaire each 20

i) 37 W Post Top Luminaire 20

Page 93: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

93

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

ITEM 17: PILLAR BOXES AND STUBBLES

Pillar boxes (Double door)

a) 4 Way each 20

b) 6 Way each 50

c) 9 Way each 50

d) 12 Way each 50

Polyethelene or stainless steel Stubby - (See specification)

e) 12 Way each 20

ITEM 18: HARD DRAWN BARE COPPER CONDUCTOR - (See specifications for PVC Cables)

a) Hard drawn copper conductor

Order length per drum 100 kg

1000

ITEM 19: ANNEALED BARE COPPER CONDUCTOR - (See specifications for PVC Cables)

a)

Annealed 7 stranded copper conductor 16mm2

(Coil = 171m)

each

4000

ITEM 20: AERIAL BUNDLED CONDUCTOR SYSTEM - Economic length per drum (See attached spec for ABC)

a) 10mm2 x 2 core per

100m

1000

b) 16mm² x 2 core per

100m

1000

c) 10mm2 x 1 Airdac (3 core) per

100m

500

d) 16mm2 x 1 Airdac (3 core) per

100m

500

Page 94: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

94

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

e) 25mm2 x 3 + N + Streetlight per

100m

500

f) 50mm2 x 3 + N + Streetlight per

100m

500

g) 70mm2 x 3 + N + Streetlight per

100m

500

h) 95mm2 x 3 + N + Streetlight per

100m

500

i) 120mm2 x 3 + N + Streetlight per

100m

500

ITEM 21: 12kV AERIAL BUNDLED CONDUCTOR SYSTEM - Order length per drum - (See specifications for

ABC)

a) 35mm2 x 3 core per

100m

300

b) 70mm2 x 3 core per

100m

100

c) 95mm2 x 3 core per

100m

100

d) 120mm2 x 3 core per

100m

100

ITEM 22: PINE CONDUCTOR

a) Conductor pine greased AAAC BS3242:1970

per roll of 2000 meter

5

ITEM 23: MULBERRY CONDUCTOR

a) Conductor mulberry greased AAAC BS3242:1970

per roll of 2000 meter

5

Page 95: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

95

ITEM 24-30: LPU METERING AS SET OUT ON PAGE 80-83 OF THIS TENDER DOCUMENT

Item

nr. Description Rate

Price (Inclusive

of 15% VAT)

Estimated

Quantity

Amount (Inclusive of 15%

VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

24(a) LPU Meter with AMR Function to Specification

each 10

24(b) Electronic Single Phase Meter with AMR Function to Specification

each 5

24(c) Electronic Three Phase Meter with AMR Function to Specification

each 5

25(a) 150/5 Class 0.5 CT’s each 3

25(b) 200/5 Class 0.5 CT’s each 3

25 (c) 250/5 Class 0.5 CT’s each 3

25(d) 300/5 Class 0.5 CT’s each 3

25(e) 400/5 Class 0.5 CT’s each 3

25(f) 500/5 Class 0.5 CT’s each 3

25(g) 800/5 Class 0.5 CT’s each 3

26 13 Way Test Block each 3

27 Fuse Holder & Fuse each 3

28 Modem and set up for remote metering (GSM and GPRS compatible)

each 10

29 Antenna each 10

30 Software and Hardware for programming of meters

each 1

ITEM 31: CIRCUIT BREAKERS

a) Circuit breaker S/P 80 amp QFI 6KA each 630

Page 96: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

96

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

b) Circuit breaker S/P 10 amp QAI 3KA each 206

c) Circuit breaker S/P 5 amp QAI 3KA each 259

d) Circuit breaker S/P 15 amp QAI 3KA each 44

e) Circuit Breakers JSO 125 Amp each 9

f) Circuit Breakers JSO 150 Amp each 15

g) Circuit Breakers JSO 200 Amp each 5

h) Circuit Breakers JSO 250 Amp each 10

ITEM 32: KITS SPLICE LV

a) Kits Splicing P1 each 133

b) Kits Splicing P2 each 433

c) Kits Splicing P3 each 26

d) Kits Splicing P4 each 32

ITEM 33: CONNECTORS ABC CONDUCTOR

a) Connectors TTD 201 F each 320

b) Connectors TTD 151 XF each 200

c) Connectors TTD 121 F each 450

d) Connectors TTD 051 XF each 100

ITEM 34: PRATLEY GLANDS

a) Pratley Glands No. 2 each 383

b) Pratley Glands No. 3 each 55

Page 97: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

97

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

c) Pratley Glands No. 4 each 46

d) Pratley Glands No. 5 each 46

ITEM 35: 12kV TERMINATION KITS OUTDOOR & INDOOR PILC

a) Termination Kits Outdoor 11KV 25-95mm (650TAIL) PILC

each 15

b) Termination Kits Outdoor 11KV 95 -240mm (650TAIL) PILC

each 15

c) Termination Kits Outdoor 11KV 240 - 300mm (650TAIL) PILC

each 6

d) Termination Kits Outdoor 11KV 300 - 400mm (650TAIL) PILC

each 4

e) Termination Kits indoor 11KV 25 -95mm (650TAIL) PILC

each 15

f) Termination Kits indoor 11KV 95 -240mm (650TAIL) PILC

each 15

g) Termination Kits indoor 11KV 240-300mm (650TAIL) PILC

each 6

h) Termination Kits indoor 11KV 300-400mm (650TAIL) PILC

each 4

ITEM 36: 12kV JOINTS PILC

a) Joints 16-50 PILC 11KV each 20

b) Joints 50-95 PILC 11KV each 20

c) Joints 95 - 185 PILC 11KV each 5

d) Joints 185 - 300 PILC 11KV each 4

Page 98: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

98

MATERIAL RATE (If and when required)

Proven cost plus percentage

Item

nr. Description Rate

Price (Inclusive

of VAT, supply

and delivery)

Estimated

Quantity

Amount (Inclusive of VAT) (Price x Estimated

Quantity) (D x E = F)

A B C D E F

ITEM 37: 12kV RICS -3133 “C’’ Type 70 - 300mm² & RCAB - 4120 BOOTs (with reducing studs)

a) Insulating Boot RICS-3133 each 30

a) Insulating Boot RCAB 4120 with M16-M12 reducing stud

each 30

ITEM 38: BALLAST

a) Ballast 57W each 400

ITEM 39: TAPE

a) Scotch Tape No 23 each 90

b) Pratley PVC Electrical Tape 0,2mm x 19mm x 20m

each 1000

ITEM 40: ELECTRO SOLVENT

a) Electro Solv (5 Liter) each 65

ITEM 41: LED STREET LIGHTS (See specifications for All-in-one solar-LED street lights)

a) 30W Complete light fitting with brackets

each 20

b) 60W Complete light fitting with brackets

each 20

Page 99: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

99

SECTION B 2.2.8.5 Please indicate below if there will be escalation for year 2 and 3. Remember this portion will be included in

the evaluation of the total cost.

Will there be escalation applicable on the prices quoted above, Yes or No: ………………………………….

If Yes, then the following is applicable:

2.2.8.6 The annual escalation percentage will be based on the CPIX rate of South Africa as calculated and

published by Stats SA for March of each year. The escalation will be applied from 1 July of year 2 and 3. The

additional escalation percentage, if any, must be quoted in the table called Additional escalation.

2.2.8.7 The CPIX plus the additional escalation will be applied on all rates of the successful bidder as quoted in

Section A.

2.2.8.8 For bid evaluation purposes the CPIX rate for year 2 and 3 is estimated at 6.1%.

Table - Additional Escalation, if any

Activity/Unit Description Year 2

%

Year 3

%

Additional Escalation over and above the CPIX

Page 100: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

100

SECTION 3.1: MBD1: BID FOR THE REQUIREMENTS OF THE MUNICIPALITY OF MOSSEL BAY

PART A INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF MUNICIPALITY/ MUNICIPAL ENTITY)

BID NUMBER: 106-17/18 CLOSING DATE: 8 JUNE 2018 CLOSING TIME: 12:00

DESCRIPTION SUPPLY AND DELIVERY OF ELECTRICAL MATERIAL

THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

The Tender Box

Mossel Bay Municipality

P O Box 25

MOSSEL BAY

6500

Or

deposited in the tender box situated on the Lower Ground Floor, Municipal Building, 101 Marsh Street, Mossel Bay

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

TAX COMPLIANCE STATUS TCS PIN: OR CSD No:

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE

[TICK APPLICABLE BOX]

Yes

B-BBEE STATUS LEVEL SWORN AFFIDAVIT

Yes

No

Page 101: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

101

No

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No

[IF YES ENCLOSE PROOF]

ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No

[IF YES, ANSWER PART B:3]

TOTAL NUMBER OF ITEMS OFFERED TOTAL BID PRICE R

SIGNATURE OF BIDDER ……………………………… DATE

CAPACITY UNDER WHICH THIS BID IS SIGNED

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:

DEPARTMENT SCM CONTACT PERSON Alwyn Huisamen

CONTACT PERSON Shade Fortuin TELEPHONE NUMBER (044) 606-5114

TELEPHONE NUMBER (044) 606-5192 FACSIMILE NUMBER (044) 606-5062

FACSIMILE NUMBER (044) 606-5253 E-MAIL ADDRESS [email protected]

E-MAIL ADDRESS [email protected]

Page 102: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

102

PART B TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL

NOT BE ACCEPTED FOR CONSIDERATION.

1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED – (NOT TO BE RE-TYPED) OR ONLINE

1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.

2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.

2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.

2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3.

2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.

2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.

2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.

3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO

3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE. SIGNATURE OF BIDDER: …………………………………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: …………………………………………… DATE: …………………………………………...

Page 103: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

103

SECTION 4.1 MBD4: DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state. 2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make

an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

3. In order to give effect to the above, the following questionnaire must be completed and submitted

with the bid. 3.1 Full Name of bidder or his or her representative: ………………………………………………………….

3.2 Identity Number:………………………………………………………………………………………………...

3.3 Position occupied in the Company (director, trustee, shareholder²):......................................................

3.4 Company registration number:…………………………………………………………………………….....

3.5 Tax Reference Number: …………………………………………………………………………………….

3.6 VAT Registration Number: ………………………………………………………………………………....

3.7 The names of all directors / trustees / shareholder’s members, their individual identity numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO 3.8.1 If so, furnish particulars. ……………………………………………………………… ………………………………………………………………

MSCM Regulations: “in the service of the state” means to be – (a) a member of –

(i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional

institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature.

Page 104: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

104

3.9 Have you been in the service of the state for the past twelve months? YES / NO 3.9.1 If so, furnish particulars.

……………………………………………………………………………………………………………………………… 3.10 Do you, have any relationship (family, friend, other) with persons in the service of the state and who may be

involved with the evaluation and or adjudication of this bid? YES / NO 3.10.1 If so, furnish the following particulars:

……………………………………………………………………………………………………………………………… 3.11 Are you, aware of any relationship (family, friend, other) between a bidder and any persons in the service of

the state who may be involved with the evaluation and or adjudication of this bid? YES / NO

3.11.1 If so, furnish particulars

…………………………………………………………….……………………………………………………………. 3.12 Are any of the company’s directors, managers, principal shareholders or stakeholders in service of the

state? YES / NO

3.12.1 If so, furnish particulars. ………………………………………………………………....................................................................................

3.13 Are any spouse, child or parent of the company’s directors, managers, principal shareholders or stakeholders

` in service of the state? YES / NO

3.13.1 If so, furnish particulars.……………………………………………………………………………………………………

3.14. Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract? YES / NO 3.14.1 If yes, furnish particulars:………………………………………..…………………………………………………..

Page 105: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

105

4. Full details of directors / trustees / members / shareholders.

Full Name Identity Number

State Employee Number

Income Tax Number

...................................................................... .........................................................

Signature Date

...................................................................... ......................................................... Position Name of Bidder

Page 106: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

106

SECTION 4.2 MDB 6.1: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,

DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and

therefore the 80/20 preference point system shall be applicable; or

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTION 20

Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

Page 107: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

107

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

B-BBEE Status level certificate issued by an authorized body or person; A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice; Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

Page 108: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

108

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: …………………. = ………..… (maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………% ii) The name of the sub-contractor………………………………………………………….. iii) The B-BBEE status level of the sub-contractor......................................…………….. iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Page 109: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

109

Designated Group: An EME or QSE which is at last 51% owned by: EME √

QSE √

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………………………….

8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

……………………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………………

…………………………………..

8.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

8.7 MUNICIPAL INFORMATION

Municipality where business is situated: ….……………………………………………….

Registered Account Number: ………………………….

Stand Number:……………………………………………….

Page 110: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

110

8.8 Total number of years the company/firm has been in business:……………………………

8.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the

points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4 and 6.1 of the

foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

………………………………………. SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS: …………………………………..

…………………………………..

…………………………………..

WITNESSES 1. ……………………………………..

2. …………………………………….

Page 111: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

111

SECTION 4.3: MUNICIPAL RATES AND SERVICES

Names of Directors/Partners/Senior

Managers

Physical residential address of the

Director/Partner/Senior Manager

Residential Municipal Account

number(s)

Name of Municipality

NB: Please attach copy/copies of Municipal Account(s)

DECLARATION I, THE UNDERSIGNED (NAME) ............................................................................................... CERTIFY THAT THE INFORMATION FURNISHED ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ...................................................................... ......................................................... Signature Date ...................................................................... ......................................................... Position Name of Bidder

Page 112: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

112

SECTION 4.4: AUTHORITY FOR SIGNATORY We, the undersigned, hereby authorize Mr / Mrs ……………………………………… acting in his/her capacity as …………………………………. of the business trading as ……………………………… to sign all documentation in connection with Tender ……………………………….

Note: If bidders attached a copy of their Authorised Signatory is it not necessary to complete this form.

NAME OF MEMBERS / DIRECTORS

SIGNATURE DATE

Page 113: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

113

SECTION 4.5: MBD8: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that when goods and

services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be rejected if that bidder, or any of its directors have:

a. abused the municipality’s / municipal entity’s supply chain management system or committed any

improper conduct in relation to such system; b. been convicted for fraud or corruption during the past five years; c. wilfully neglected, reneged on or failed to comply with any government, municipal or other public sector

contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating

of Corrupt Activities Act (No 12 of 2004).

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s database as a company or person prohibited from doing business with the public sector? (Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

Page 114: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

114

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.7.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………..……………………………..……CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST

ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ……………………………………….... ………………………….......... Signature Date ………………………………………... …………………………......... Position Name of Bidder

Page 115: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

115

SECTION 4.6 MBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION

1. This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging). ² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3. Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide

measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:

a. take all reasonable steps to prevent such abuse; b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain

management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract.

4. This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids

are considered, reasonable steps are taken to prevent any form of bid-rigging.

5. In order to give effect to the above, the attached Certificate of Bid Determination (MBD9) must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals. ² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

Page 116: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

116

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

(Bid Number and Description)

in response to the invitation for the bid made by:

(Name of Municipality / Municipal Entity)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: _____________________________________________________ that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and

complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the

bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall

include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or

experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However, communication between partners

in a joint venture or consortium³ will not be construed as collusive bidding.

Page 117: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

117

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,

communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any

competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products

or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the

contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive

practices related to bids and contracts, bids that are suspicious will be reported to the Competition

Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the

Competition Act No. 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for

criminal investigation and or may be restricted from conducting business with the public sector for a period

not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of

2004 or any other applicable legislation.

………………………………………… …………………………………………

Signature Date

……………………………………….. …………………………………………

Position Name of Bidder

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts,

skill and knowledge in an activity for the execution of a contract.

Page 118: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

118

SECTION 5: DECLARATION 1. I hereby declare that I have read, understood, agree and comply with all of the sections below, if included, that it

shall be deemed to form and be construed as part of this agreement:

(i) Bidding documents, viz - Invitation to bid; - Tax clearance certificate; - Pricing schedule(s); - Technical Specification(s); - Preference claims for Broad Based Black Economic Empowerment Status Level of

Contribution in terms of the Preferential Procurement Regulations, 2017; - Declaration of interest; - Declaration of bidder’s past SCM practices; - Certificate of Independent Bid Determination - Special Conditions of Contract;

(ii) General Conditions of Contract; and (iii) Other (specify)

2. I confirm that I am duly authorised to sign this document.

NAME (PRINT) …………………………………………. CAPACITY ………………………………………….

SIGNATURE …………………………………………. NAME OF FIRM ………………………………………….

DATE ………………………………………….

WITNESSES 1 …….…………… 2. …………………… DATE: …………………….

Page 119: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

119

SECTION 6: CONTRACT FORM: PART 1 (TO BE FILLED IN BY THE BIDDER) MBD 7.1 BOTH THE SERVICE PROVIDER (PART 1) AND THE LESSEE (PART 2) MUST FILL THIS FORM IN DUPLICATE. BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE LESSEE WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.

1. The following documents shall be deemed to form and be read and construed as part of this agreement:

(i) Bidding documents, viz - Invitation to bid; - Tax clearance certificate; - Pricing schedule(s); - Technical Specification(s); - Preference claims for Broad Based Black Economic Empowerment Status Level of

Contribution in terms of the Preferential Procurement Regulations, 2017; - Declaration of interest; - Declaration of bidder’s past SCM practices; - Certificate of Independent Bid Determination - Special Conditions of Contract;

(ii) General Conditions of Contract; and (iii) Other (specify)

2. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and rate(s) quoted cover all the goods and/or works specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this agreement as the principal liable for the due fulfilment of this contract.

3. I declare that I have no participation in any collusive practices with any bidder or any other person regarding

this or any other bid.

4. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) ………………………………………….

CAPACITY ………………………………………….

SIGNATURE …………………………………………. NAME OF FIRM …………………………………………. DATE ………………………………………….

WITNESSES 1 …….…………….. 3. …………………… DATE: …………………….

Page 120: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

120

SECTION 6: CONTRACT FORM: PART 2 (TO BE FILLED IN BY THE PURCHASER)

1. I……………………………………… in my capacity as Director: Technical Services

accept your bid under reference number 106-17/18 dated……………………… for the supply of goods/works indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating delivery instructions is forthcoming. 3. I undertake to make payment for the goods/works delivered in accordance with the terms and conditions of

the contract, within 30 (thirty) days after receipt of an invoice accompanied by the delivery note.

ITEM

NO

PRICE (ALL APPLICABLE

TAXES INCLUDED)

BRAND DELIVERY

PERIOD

B-BBEE STATUS LEVEL OF

CONTRIBUTION

MINIMUM THRESHOLD FOR

LOCAL PRODUCTION AND CONTENT (if

applicable)

4. I confirm that I am duly authorized to sign this contract. SIGNED AT ………………………………………ON……………………………….. NAME (PRINT) ……………………………………. SIGNATURE …………………………………….

OFFICIAL STAMP

WITNESSES 1. ……………………… 2. ………………………

DATE ……………………….

Page 121: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

121

MOSSEL BAY MUNICIPALITY

COMPULSARY DOCUMENTATION/CHECKLIST TO TENDER DOCUMENT

Please ensure that the following forms have been duly completed and signed and that all documents as requested, are attached to the tender document: (Failure to submit this documentation will result in the tender being non-responsive). (To be completed and signed by the Bidder):

Nr Description YES NO

1. Valid tax clearance certificate and PIN

2. Valid original OR valid copy of B-BBEE certificate or sworn affidavit as per legislation

3. Valid letter OR valid copy of Letter of Good Standing from the Compensation Commissioner

N/A N/A

4. Copy of the latest (month prior to tender closure) Municipal Accounts of the following:

- Business

- Directors/Members/Owners of the Business

OR

Copy of the Lease Agreements or Rental Statement of the following:

- Business

- Directors/Members/Owners of the Business

5. Copy of CIDB registration (if applicable) N/A N/A

6. MBD 1 – Is the form duly completed and signed?

7. MBD 4 – Is the form duly completed?

8. MBD 6.1 – Is the form duly completed and signed?

9. Authorised Signatory – Is the form completed OR resolution attached?

10. All required sections completed and signed by the Authorised Signatory?

11. MBD 8 – Is the form duly completed and signed?

12. MBD 9 – Is the form duly completed and signed?

13. Declaration - Is the form duly completed and signed?

14. Contract form - Is the form duly completed and signed?

Page 122: Mossel Bay Municipality - etenders.gov.za TENDER... · 1 mossel bay municipality tender 106-17/18 supply and delivery of electrical material closing date: 8 june 2018 closing time:

122

I, ……………………………………………………………………………… confirm that all compulsory documents for this tender is duly completed, signed and attached to this tender document. ………………………………………………. ……………………………………….. Signature Date


Recommended