1
Kenya Electricity Generating Company 
Limited  
KGN-HYD-014-2013  
TENDER FOR UPGRADING OF 
WANJII HYDRO POWER 
STATION, KENYA                              
Kenya Electricity Generating Company Ltd 
Stima Plaza, Kolobot Road, Parklands 
P.O BOX 47936, 00100 
NAIROBI. 
Website: www.kengen.co.ke    
March, 2013         
2     
Contents 
INVITATION FOR TENDERS ..................................................................................................................................................... 4 
SECTION A .................................................................................................................... ERROR! BOOKMARK NOT DEFINED. 
INSTRUCTIONS TO TENDERERS. .......................................................................... ERROR! BOOKMARK NOT DEFINED. 
PART A  INVITATION TO TENDER ....................................................................................................................................... 6 
PART B  GENERAL INFORMATION...................................................................................................................................... 7 
GENERAL ................................................................................................................................................................................ 7 
TENDER DOCUMENTS ....................................................................................................................................................... 10 
PREPARATION OF TENDERS ............................................................................................................................................. 11 
SUBMISSION OF TENDERS ................................................................................................................................................ 15 
TENDER OPENING AND EVALUATION ............................................................................................................................ 18 
AWARD OF CONTRACT ...................................................................................................................................................... 27 
APPENDIX TO INSTRUCTIONS TO TENDERERS ............................................................................................................. 29 
SECTION B: .................................................................................................................................................................................. 30 
CONDITIONS OF CONTRACT ................................................................................................................................................. 30 
PART I  GENERAL CONDITIONS ........................................................................................................................................ 31 
GENERAL .............................................................................................................................................................................. 31 
PREAMBLE .............................................................................................................................. Error! Bookmark not defined. 
PART II  SPECIAL CONDITIONS ................................................................................... ERROR! BOOKMARK NOT DEFINED. 
SECTION C ................................................................................................................................................................................... 46 
SPECIFICATIONS ....................................................................................................................................................................... 46 
PART I........................................................................................................................................................................................ 47 
1. ............................................................................................................. GENERAL INFORMATION AND REQUIREMENTS
 .................................................................................................................................................................................................... 47 
1.0.  Introduction ............................................................................................................................................................. 47 
1.1.  Tender Bid Documentation By Tenderer ................................................................................................................. 47 
1.2.  Scope of Project ...................................................................................................................................................... 48 
1.3.  Existing Plant/Equipment Data ............................................................................................................................... 49 
1.4.  Operating Conditions .............................................................................................................................................. 50 
1.5.  Temperature and Humidity...................................................................................................................................... 50 
1.6.  Standard and Codes ................................................................................................................................................ 50 
1.7.  Warranty.................................................................................................................................................................. 51 
PART II ...................................................................................................................................................................................... 52 
2. ............................................................................................................................ GENERAL TECHNICAL REQUIREMENTS
 .................................................................................................................................................................................................... 52 
2.0.  General Requirements ............................................................................................................................................. 52 
All piping below 6'' diameter shall be in stainless steel for the cooling water and drainage systems. All piping shall be 
properly anchored and neatly arranged. ............................................................................................................................... 52 
2.1.  Engineering Services ............................................................................................................................................... 52 
2.2.  Design Review After Award..................................................................................................................................... 52 
2.3.  Dismantling of Existing Equipment ......................................................................................................................... 53 
2.4.  Installation and Commissioning Services ................................................................................................................ 53 
2.5.  Instruction/Training on Site for maintenance and test procedures. ........................................................................ 55 
2.6.  Project: Work Program ........................................................................................................................................... 55 
2.7.  Drawings and Data to be Supplied by the Contractor after Tender Award ............................................................ 56 
2.8.  Attendance of clients personnel at factory tests and training. ............................................................................... 58 
2.9.  Accommodation & Transport for Contractors Employee. ..................................................................................... 59 
2.10.  Site Facilities ........................................................................................................................................................... 59 
2.11.  Maintenance Equipment .......................................................................................................................................... 59 
2.12.  Operating and Instruction Manuals ........................................................................................................................ 60 
2.13.  Twelve Months Warranty Period ............................................................................................................................. 60   
3  
PART III ..................................................................................................................................................................................... 61 
TECHNICAL SPECIFICATIONS ............................................................................................................................................. 61 
2.1.  Inspection and testing at factory and site. ............................................................................................................... 69 
SECTION D ................................................................................................................................................................................... 74 
BILL OF QUANTITIES - PRICE SCHEDULES ...................................................................................................................... 74 
SECTION E ................................................................................................................................................................................... 88 
APPENDIX  TO THE TECHNICAL SPECIFICATIONS ....................................................................................................... 88 
2. DRAWINGS ........................................................................................................................................................................... 89 
SECTION F ................................................................................................................................................................................... 92 
STANDARD FORMS ................................................................................................................................................................... 92 
FORM OF TENDER .................................................................................................................................................................. 94 
TENDER SECURITY FORM .................................................................................................................................................... 96 
CONTRACT AGREEMENT ..................................................................................................................................................... 97 
PERFORMANCE SECURITY .................................................................................................................................................. 99 
BANK GUARANTEE FOR ADVANCE PAYMENT ............................................................................................................. 100 
MANUFACTURERS AUTHORIZATION FORM ................................................................................................................ 101 
TENDER QUESTIONNAIRE ................................................................................................................................................. 102 
CONFIDENTIAL BUSINESS QUESTIONNAIRE ................................................................................................................ 103 
FIRMS GENERAL EXPERIENCE RECORD  -TURN OVER .............................................................................................. 105 
JOINT VENTURE SUMMARY .............................................................................................................................................. 106 
PARTICULAR EXPERIENCE RECORD OF THE FIRM ...................................................................................................... 107 
DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY ........................................................... [FORM 3A]
 .................................................................................................................................................................................................. 108 
KEY PERSONNEL CAPABILITIES ...................................................................................................................................... 110 
SCHEDULE OF COMPLETED WORKS OF SIMILAR NATURE AND COMPLEXITY CARRIED OUT BY THE 
TENDERER IN THE LAST EIGHT YEARS .......................................................................................................................... 112 
SCHEDULE OF ONGOING PROJECTS ................................................................................................................................ 113 
SCHEDULE OF SPARES DELIVERY ................................................................................................................................... 105 
LITIGATION HISTORY ......................................................................................................................................................... 115 
OTHER SUPPLEMENTARY INFORMATION ..................................................................................................................... 116 
SECTION G ......................................................................................................... .....................................................................108 
TECHNICAL SCHEDULE........................................................................................................................................................108 
TECHNICAL DATA.................................................................................................................................................................112                    
4       
INVITATION FOR TENDERS  
TENDER FOR UPGRADING OF WANJII HYDRO POWER STATION  
The Kenya Electricity Generating Company Limited [KenGen] invites you to tender 
for the design, manufacture, supply, delivery, installation and commissioning of four 
generating units at Wanjii hydro electric power station in Kenya. The specifications are 
detailed in the Tender Documents.  
A complete tender bid must be submitted in a plain sealed envelope marked  
UPGRADING  OF  WANJII  HYDRO  ELECTRIC  POWER  STATION    KGN/HYD/014-
2013  
The tender should be addressed and delivered to:  
The Company Secretary/Legal and Corporate Affairs Director 
Kenya Electricity Generating Company Limited (KenGen) 
7
th
 Floor, Stima Plaza Phase III 
Kolobot Road, Parklands, 
P. O. Box 47936  00100 
NAIROBI, KENYA  
on or before 3
rd 
may 2013 at 10.00am and must be accompanied by a Tender Security 
as specified in clause 13 of the instruction to tenderers.  
There will be a mandatory site visit on 3
rd
 April 2013 at 10.00 in Wanjii power station  
and a pre-tender meeting on 3
rd
April 2013 at 9.00am at Wanjii power station  
You may obtain further information from the office of:  
Supply Chain Manager, 
Kenya Electricity Generating Company Limited (KenGen) 
Ground Floor, Stima Plaza, Phase III 
Kolobot Road, Parklands, 
Tel: (254) (020) 3666000 
Fax: (254) (020) 3666200 
Email: 
[email protected]  c.c:     
[email protected]             [email protected]   Tenders  will  be  opened  in  the  presence  of  tenderer's  representatives  who  choose  to 
attend at .3
rd 
April 2013 at 10.00amat Stima Plaza III, Executive Committee Room, 7
th 
Floor.   
5   
The  Company  reserves  the  right  to  accept  or  reject  any  or  all  the  tenders  without  the 
obligation to assign any reason for the decision.   
Supply Chain Manager                                             
6     
INSTRUCTION TO TENDERERS  
PART A  INVITATION TO TENDER  
1.  The  Kenya  Electricity  Generating  Company  Limited  [KenGen]  wishes  to 
receive  tenders  for  the  design,  manufacture,  supply,  delivery,  installation  and 
commissioning of four generating units at Wanjii hydro power station in Kenya.  
2.  Tenders  are  invited  from  firms  who  are  prepared  to  submit  complete  and 
comprehensive  Tenders  for  timely  completion  of  the  works  as  detailed  in  the 
attached Specification.  
3.  One set of documents will be issued on the date and terms specified in the Letter 
of Invitation to Tender from:-  
THE SUPPLY CHAIN MANAGER 
KENYA ELECTRICITY GENERATING COMPANY LIMITED 
P.O. BOX 47936-00100 
NAIROBI, KENYA  
Email: 
[email protected]  c.c: 
[email protected]   4.   All  tenders  must  be  accompanied  by  a  tender  security  and  must  be  delivered  in 
accordance with clause 9 of the Instructions to Tenderers on or before the closing 
date and time of Tenders as indicated in the Letter of Invitation to Tender.  
5.  All correspondences shall be addressed to the Supply Chain Manager through the 
address indicated in 3 above.  
6.  All pre-tender and post-tender Technical matters shall be addressed to the 
Operations Manager, Eastern Hydro through the following address:-  
        Operations Manager, Eastern Hydro 
        Kenya Electricity Generating Company ltd. 
      P.O. BOX 47936-00100 
NAIROBI, KENYA    
    E-mail: 
[email protected]         c.c:    
[email protected]              [email protected]              [email protected]   In this tender document, except where the context requires otherwise:   
7  
(a) Words indicating one gender include all genders; 
(b) Words indicating the singular also include the plural and words indicating the plural 
also include the singular; 
(c) Provisions including the word "agree", "agreed" or "agreement" require the agreement 
to be recorded in writing, and 
(d) "Written" or "in writing" means hand-written, type-written, printed or electronically 
made, and resulting in a permanent record.  
The marginal words and other headings shall not be taken into consideration in the 
interpretation of these Conditions.  
INSTRUCTION TO TENDERERS  
PART B  GENERAL INFORMATION  
Note:    The  tenderer  must  comply  with  the  following  conditions  and  instructions  and 
failure to do so will result in rejection of the tender.  
GENERAL  
1.  DEFINITIONS, SOURCE OF FUNDS & SCOPE  
1.  Definitions  
(a)  Tenderer  means  any  person  or  persons  partnership  firm  or  company 
submitting a sum or sums in the Bills of Quantities in accordance with the 
Instructions  to  Tenderers,  Conditions  of  Contract  Parts  I  and  II, 
Specifications, Drawings and Bills of Quantities for the work contemplated, 
acting directly or through a legally appointed representative.  
(b)  Approved  tenderer  or  Contractor  means  the  tenderer  who  is  approved 
by the Employer.  
(c)  Any  noun  or  adjective  derived  from  the  word  tender  shall  be  read  and 
construed  to  mean  the  corresponding  form  of  the  noun  or  adjective  bid.  
Any  conjugation  of  the  verb  tender  shall  be  read  and  construed  to  mean 
the corresponding form of the verb bid.  
(d)  Employer means Kenya Electricity Generating Company Limited  
[hereinafter also referred to as KenGen or Client]  
2.  Source of funds  
KenGen will finance the Project from its own funds.  
3.  Scope of Contract  
The  scope  covers  the  detailed  design,  manufacture,  supply,  factory  acceptance, 
delivery,  installation,  training  and  commissioning  of  four  generating  units  at  Wanjii   
8  
hydro  power  station  as  described  in  the  Technical  Specification  hereafter,  on  a  fixed 
price contract basis.  
2.  ELIGIBILITY AND QUALIFICATION REQUIREMENTS  
2.1.   This invitation to tender is open to only tenderers who are manufacturers of 
hydro  turbines/generators  or  a  consortium  or  joint  venture  that  includes 
manufacturers of the same and should have manufacturer authorization for 
auxiliaries and support systems.   
2.2.  To  be  eligible  for  award  of  Contract,  the  tenderer  shall  provide  evidence 
satisfactory  to  the  Employer  of  their  eligibility  and  of  their  capability  and 
adequacy of resources to effectively carry out the subject Contract.  To this 
end, the tenderer shall be required to submit the following information:-  
(a)  Details  of  experience  and  past  performance  of  the  tenderer  on  the 
works  of  a  similar  nature  within  the  past  eight  years  and  details  of 
current work on hand and other contractual commitments.  
(b)  The  qualifications  and  experience  of  key  personnel  proposed  for 
administration and execution of the contract, both on and off site.  
(c)  Details  on  after  sales  support  including  supply  of  spares  for  similar 
projects implemented in the past 8 years.    
(d)  Major items of construction plant and equipment proposed for use in 
carrying  out  the  Contract.    Only  reliable  plant  in  good  working  order 
and  suitable  for  the  work  required  of  it  shall  be  shown  on  this 
schedule.  The tenderer will also indicate on this schedule when each 
item  will  be  available  on  the  Works.  Included  also  should  be  a 
schedule  of  plant,  equipment  and  material  to  be  imported  for  the 
purpose  of  the  Contract,  giving  details  of  make,  type,  origin  and  CIF 
value as appropriate.  
(e)  Details  of  sub-contractors  to  whom  it  is  proposed  to  sublet  any 
portion  of  the  Contract  and  for  whom  authority  will  be  requested  for 
such  subletting  in  accordance  with  clause  4.4  of  the  Conditions  of 
Contract.  
(f)  A draft Program of Works in the form of a gantt chart and Schedule of 
Payment  which  shall  form  part  of  the  Contract  if  the  tender  is 
accepted.  Any change in the Program or Schedule shall be subjected 
to the approval of the Engineer.  
(g)  Details  of  any  current  litigation  or  arbitration  proceedings  in  which 
the Tenderer is involved as one of the parties.  
(h)  A  proof  in  form  of  certificate,  from  the  original  manufacturer  of  the 
system  giving  authority  to  the  tenderer  to  resell  and  install,   
9  
commission, offer guarantees over the system and after sales service. 
The  client  shall  be  allowed  unfettered  access  to  all  the  equipment 
manufacturers without exception.   
2.3.  Joint Ventures and Consortiums  
Tenders submitted by a joint venture or a consortium of two or more firms 
as partners shall comply with the following requirements:-  
(a)  The  tender,  and  in  case  of  a  successful  tender,  the  Contract 
Agreement, shall be signed so as to be legally binding on all partners.  
(b)  One  of  the  partners  shall  be  nominated  as  lead  partner;  and  this 
authorization  shall  be  evidenced  by  submitting  a  power  of  attorney 
signed by legally authorized signatories of all the partners.  
(c)  The  lead  partner  shall  be  authorized  to  incur  liabilities  and  receive 
instructions  for  and  on  behalf  of  any  and  all  partners  of  the  joint 
venture  or  consortium  and  the  entire  execution  of  the  Contract 
including payment shall be done exclusively with the lead partner.  
(d)  All  partners  of  the  joint  venture  or  consortium  shall  be  liable  jointly 
and severally for the execution of the Contract in accordance with the 
Contract  terms,  and  a  relevant  statement  to  this  effect  shall  be 
included in the authorization mentioned under (b) above as well as in 
the  Form  of  Tender  and  the  Contract  Agreement  (in  case  of  a 
successful tender).  
(e)  A  copy  of  the  agreement  entered  into  by  the  joint  venture  or 
consortium partners shall be submitted with the tender.  
3.  Cost of Tendering  
The  tenderer  shall  bear  all  costs  associated  with  the  preparation  and  submission  of 
his tender and the  Employer will in no  case be responsible  or liable for those costs, 
regardless of the conduct or outcome of the tendering process.  
4.  Site Visit  
4.1.  The  tenderer  is  advised  to  visit  and  examine  the  Site  and  its  surroundings 
and obtain for himself on his own responsibility, all information that may be 
necessary for preparing the tender and entering into a contract.  The costs 
of visiting the Site shall be the tenderers own responsibility.  
4.2.  The tenderer and any of his personnel or agents will be granted permission 
by the Employer to enter upon premises and lands for the purpose of such 
inspection,  but  only  upon  the  express  condition  that  the  tenderer,  his 
personnel  or  agents,  will  release  and  indemnify  the  Employer  from  and   
10  
against all liability in respect of, and will be responsible for personal injury 
(whether  fatal  or  otherwise),  loss  of  or  damage  to  property  and  any  other 
loss,  damage,  costs  and  expenses  however  caused,  which  but  for  the 
exercise of such permission, would not have arisen.  
4.3.  Site visit will be on the date indicated on the invitation to tender and prior, 
tenderers may contact the employer representative to agree on the site visit 
arrangements.   
A  representative  of  the  Employer  will  be  available  to  meet  the  tenderers  at 
the Site.  
Tenderers  must  provide  their  own  transport  and  accommodation  where 
necessary.   
Each  tenderer  shall  complete  the  Certificate  of  Tenderer's  Visit  to  the  Site 
during the organized site visit.  
4.4.  Site  visit  is  mandatory;  however  tenderers  who  had  visited  Wanjii  as  per 
tender KGN/HYD/014/2013 of are exempted if they do not wish to make a 
second visit. Proof of such earlier visit must be produced.  
TENDER DOCUMENTS  
5.  Tender Documents  
5.1.  The  Tender  documents  comprise  the  documents  listed  here  below  and 
should be read together with any Addenda issued in accordance with Clause 
7 of these instructions to tenderers. 
a)  Form of Invitation for Tenders 
b)  Instructions to Tenderers 
c)  Form of Tender 
d)  Bill of Quantity  Price Schedules 
e)  Form of Tender Security 
f)  Form of Performance Security 
g)  Contract Agreement 
h)  Form of Advance payment Bank Guarantee 
i)  Schedules of Supplementary Information 
j)  General Conditions of Contract  Part I 
k)  Special Conditions of Contract  Part II 
l)  Specifications 
m) Technical Schedules  
n)  Drawings   
5.2.  The  tenderer  is  expected  to  examine  carefully  all  instructions,  conditions, 
forms,  terms,  specifications,  technical  schedules  and  drawings/pictures  in 
the tender documents.  Failure to comply with the requirements for tender 
submission  will  be  at  the  tenderers  own  risk.    Pursuant  to  clause  21  of   
11  
Instructions to Tenderers, tenders which are not substantially responsive to 
the requirements of the tender documents will be rejected.  
5.3.  All recipients of the documents for the proposed Contract for the purpose of 
submitting  a  tender  (whether  they  submit  a  tender  or  not)  shall  treat  the 
details of the documents as private and confidential.  
6.  Clarification of Tender Documents  
6.1.  A  prospective  tenderer  requiring  any  clarification  of  the  tender  documents 
may  notify  the  Employer  in  writing  or  by  e-mail  or  facsimile  at  the 
Employers  mailing  address  indicated  in  the  Invitation  to  Tender.    The 
Employer  will  respond  in  writing  to  any  request  for  clarification  which  are 
received  earlier  than  7  days  prior  to  the  deadline  for  the  submission  of 
tenders.  Written copies of the Employers response (including the query but 
without  identifying  the  source  of  the  inquiry)  will  be  sent  to  all  prospective 
tenderers who have purchased the tender documents.  
7.  Amendment of Tender Documents  
7.1.  At  any  time  prior  to  the  deadline  for  submission  of  tenders  the  Employer 
may,  for  any  reason,  whether  at  his  own  initiative  or  in  response  to  a 
clarification  requested  by  a  prospective  tenderer,  modify  the  tender 
documents by issuing Addenda.  
7.2.  Any  Addendum  will  be  notified  in  writing  or  by  email  or  facsimile  to  all 
prospective  tenderers  who  have  purchased  the  tender  documents  and  will 
be binding upon them.  
7.3.  If  during  the  period  of  tendering,  any  circular  letters  (tender  notices)  shall 
be  issued  to  tenderers  by,  or  on  behalf  of,  the  Employer  setting  forth  the 
interpretation  to  be  placed  on  a  part  of  the  tender  documents  or  to  make 
any  change  in  them,  such  circular  letters  will  form  part  of  the  tender 
documents  and  it  will  be  assumed  that  the  tenderer  has  taken  account  of 
them in preparing his tender.  The tenderer must promptly acknowledge any 
circular letters he may receive.  
7.4.  In order to allow prospective tenderers reasonable time in which to take the 
Addendum  into  account  in  preparing  their  tenders,  the  Employer  may,  at 
his discretion, extend the deadline for the submission of tenders.  
PREPARATION OF TENDERS  
8.  Language of Tender  
8.1.  The  tender  and  all  correspondence  and  documents  relating  to  the  tender 
exchanged  between  the  tenderer  and  the  Employer  shall  be  written  in  the 
English  language.    Supporting  documents  and  printed  literature  furnished 
by  the  tenderer  with  the  tender  may  be  in  another  language  provided  they   
12  
are accompanied by an appropriate translation of pertinent passages in the 
above stated language.  For the purpose of interpretation of the tender, the 
English language shall prevail.  
9.  Documents Comprising the Tender  
9.1.  The  tender  to  be  prepared  by  the  tenderer  shall  comprise:  the  Form  of 
Tender  and  Appendix  thereto,  a  Tender  Security,  the  Priced  Bills  of 
Quantities  and  Schedules,  the  information  on  eligibility  and  qualification, 
the Technical Details of offered equipment, and any other materials required 
to  be  completed  and  submitted  in  accordance  with  the  Instructions  to 
Tenderers  embodied  in  these  tender  documents.    The  Forms,  Bills  of 
Quantities  and  Schedules  provided  in  the  tender  documents  shall  be  used 
without exception [subject to extensions of the schedules in the same format 
and  to  the  provisions  of  clause  13.2  regarding  the  alternative  forms  of 
Tender Security].  
10.  Tender Prices  
10.1.  All  the  insertions  made  by  the  tenderer shall  be  made  in  indelible  INK  and 
the tenderer shall clearly fill the figures.  The relevant space in the Form of 
Tender  and  Bills  of  Quantities  shall  be  completed  accordingly  without 
interlineations or erasures except those necessary to correct errors made by 
the tenderer in which case the erasures and interlineations shall be initialed 
by the person or persons signing the tender.  
10.2.  A price or rate shall be inserted by the tenderer for every item in the Bills of 
Quantities whether the quantities are stated or not items against which no 
rate or price is entered by the tenderer will not be paid for by the Employer 
when executed and shall be deemed covered by the rates for other items and 
prices in the Bills of Quantities.  
The  prices  and  unit  rates  in  the  Bills  of  Quantities  are  to  be  the  full  [all-
inclusive]  value  of  the  work  described  under  the  items,  including  all  costs 
and  expenses  which  may  be  necessary  and  all  general  risks,  liabilities  and 
obligations  set  forth  or  implied  in  the  documents  on  which  the  tender  is 
based.  The tender price will be inclusive of all applicable taxes.  
Each  price  or  unit  rate  inserted  in  the  Bills  of  Quantities  should  be  a 
realistic  estimate  for  completing  the  activity  or  activities  described  under 
that particular item and the tenderer is advised against inserting a price or 
rate against any item contrary to this instruction.  
Every  rate  entered  in  the  Bills  of  Quantities,  whether  or  not  such  rate  is 
associated  with  a  quantity,  shall  form  part  of  the  Contract.    The  Employer 
shall  have  the  right  to  call  for  any  item  of  work  contained  in  the  Bills  of 
Quantities, and such items of work to be paid for at the rate entered by the 
tenderer  and  it  is  the  intention  of  the  Employer  to  take  full  advantage  of 
unbalanced low rates.   
13   
10.3.  The  tenderer  shall  furnish  with  his  tender  written  confirmation  from  his 
suppliers or manufacturers of unit rates for the supply of items listed in the 
Conditions of Contract clause 47 where appropriate.  
10.4.  The  rates  and  prices  quoted  by  the  tenderer  are  subject  to  adjustment 
during  the  performance  of  the  Contract  only  in  accordance  with  the 
provisions  of  the  Conditions  of  Contract.    The  tenderer  shall  complete  the 
schedule  of  basic  rates  and  shall  submit  with  his  tender  such  other 
supporting information as required under the Conditions of Contract.  
11.  Currencies of Tender and Payment  
11.1.  Tenders shall be priced in Convertible currency.   
11.2.  Tenderers  are  required  to  indicate  in  the  Statement  of  Foreign  Currency 
Requirements, which forms part of the tender, the foreign currency required 
by them.  Such currency should generally be the currency of the country of 
the  tenderers  main  office.    However,  if  a  substantial  portion  of  the 
tenderers  expenditure  under  the  Contract  is  expected  to  be  in  countries 
other than his country of origin, then he may state a corresponding portion 
of the contract price in the currency of those other countries.  However, the 
foreign currency element is to be limited to two (2) different currencies.   
11.3.  The  employer  shall  withhold  any  taxes  from  the  contractors  payments  as 
provided for in the Kenyan Tax law and issue the suppliers/contractors with 
withholding tax certificates.  
12.  Tender Validity  
12.1.  The  tender  shall  remain  valid  until  4
th
  November  2013  accordance  with 
clause 7.4 here above) whichever is the later.  
12.2.  In  exceptional  circumstances  prior  to  expiry  of  the  original  tender  validity 
period,  the  Employer  may  request  the  tenderer  for  a  specified  extension  of 
the period of validity.  The request and the responses thereto shall be made 
in writing or by cable, telex or facsimile.  A tenderer may refuse the request 
without  forfeiting  his  Tender  Security.    A  tenderer  agreeing  to  the  request 
will not be required nor permitted to modify his tender, but will be required 
to extend the validity of his Tender Security correspondingly.  
13.  Tender Security  
13.1.  The tenderer shall furnish as part of his tender, a Tender Security of Kshs. 
20,000,000.00  or  equivalent  in  a  freely  convertible  currency.  Mean  Central 
Bank  of  Kenya  Exchange  rates  prevailing  at  the  time  of  submission  of  the 
tender shall apply.    
14  
13.2.  The unconditional Tender Security shall be denominated in Kenya Shillings 
or in another freely convertible currency, and shall be in the form of a bank 
guarantee or a bank draft issued by a reputable bank in Kenya or a foreign 
bank through a corresponding bank loacated in Kenya in the form provided 
in  the  tender  document  or  in  another  form  acceptable  to  Kenya  Electricity 
Generating Company.   
The Tender Security shall be valid until 10
th
 December 2013   
13.3.  Any  tender  not  accompanied  by  a  Tender  Security  in  the  form  specified  in 
13.2 above will be rejected by the Employer as non-responsive.  
13.4.  The Tender Security of unsuccessful tenderers will be returned as promptly 
as possible but, in respect to the successful tenderer, not later than twenty 
eight  (28)  days  after  concluding  the  Contract  execution  and  after  a 
Performance  Security  has  been  furnished  by  the  successful  tenderer.  The 
Tender  Security  of  the  successful  tenderer  will  be  returned  upon  the 
tenderer  executing  the  Contract  and  furnishing  the  required  Performance 
Security.  
13.5.  The Tender Security may be forfeited:  
(a)  if  a  tenderer  withdraws  his  tender  during  the  period  of  tender  validity: 
or  
(b)  in the case of a successful tenderer, if he fails  
i.  to sign the Agreement, or 
ii.  to furnish the necessary Performance Security  
(c)  if a tenderer does not accept the correction of his tender price pursuant 
to clause 23.  
14.  No Alternative Offers  
14.1.  The  tenderer  shall  submit  an  offer,  which  complies  fully  with  the 
requirements of the tender documents.   
14.2.  The  tenderer  shall  not  attach  any  conditions  of  his  own  to  the  tender.  The 
tender  price  must  be  based  on  the  tender  documents.    The  tenderer  is  not 
required  to  present  alternative  construction  options  and  he  shall  use 
without exception, the Bills of Quantities as provided, with the amendments 
as notified in tender notices, if any, for the calculation of his tender price.  
Any tenderer who fails to comply with this clause will be disqualified.  
15.  Pre-Tender Meeting     
15  
15.1.  The  tenderers  designated  representative  is  invited  to  attend  a  pre-tender 
meeting, which if convened, will take place at the venue and time stated in 
the Invitation to Tender.  The purpose of the meeting will be to clarify issues 
and to answer questions on any matter that may be raised at that stage.  
15.2.  The  tenderer  is  requested  as  far  as  possible  to  submit  any  questions  in 
writing, to reach the Employer not later than seven days before the meeting.  
It  may  not  be  practicable  at  the  meeting  to  answer  questions  received  late, 
but  questions  and  responses  will  be  transmitted  in  accordance  with  the 
following:  
(a)  Minutes  of  the  meeting,  including  the  text  of  the  questions  raised  and 
the  responses  given  together  with  any  responses  prepared  after  the 
meeting  will  be  transmitted  without  delay  to  all  purchasers  of  the 
tender documents.  Any modification of the tender documents listed in -
Clause  9  which  may  become  necessary  as  a  result  of  the  pre-tender 
meeting shall be made by the Employer exclusively through the issue of 
a  tender  notice  pursuant  to  Clause  7  and  not  through  the  minutes  of 
the pre-tender meeting.  
(b)  Non  attendance  at  the  pre-tender  meeting  will  not  be  cause  for 
disqualification of a bidder.  
16.  Format and Signing of Tenders  
16.1.  The  tenderer  shall  prepare  his  tender  as  outlined  in  clause  9  above  and 
mark  appropriately  one  original  set  TECHNICAL  and  FINANCIAL  bids 
and Three COPIES for both technical and financial bids.  
16.2.  The  copy  of  the  tender  and  Bills  of  Quantities  shall  be  typed  or  written  in 
indelible ink and shall be signed by a person or persons duly authorized to 
sign  on  behalf  of  the  tenderer.  Proof  of  authorization  shall  be  furnished  in 
the form of the written power of attorney which shall accompany the tender.  
All pages of the tender where amendments have been made shall be initialed 
by the person or persons signing the tender.  
16.3.  The  complete  tender  shall  be  without  alterations,  interlineations  or 
erasures,  except  as  necessary  to  correct  errors  made  by  the  tenderer,  in 
which  case  such  corrections  shall  be  initialed  by  the  person  or  persons 
signing the tender.  
SUBMISSION OF TENDERS  
17.  Sealing and Marking of Tenders  
17.1.  The  tenderer  shall  seal  the  original  and  copy  of  the  tender  in  separate 
envelopes,  duly  marking  the  envelopes  as  ORIGINAL  TECHNICAL  and 
COPY  TECHNICAL;  and  ORIGINAL  FINANCIAL  and  COPY  FINANCIAL.    
16  
The envelopes shall then be sealed in an outer envelope. The tenderer shall 
supply One ORIGINAL and three COPIES.  
17.2.  The  inner  and  outer  envelopes  shall  be  addressed  to  the  Employer  at  the 
address  stated  in  the  Appendix  to  Instructions  to  Tenderers  and  bear  the 
name  and  identification  of  the  Contract  stated  in  the  said Appendix  with  a 
warning not to open before the date and time for opening of tenders stated 
in the said Appendix.  
17.3.  The  inner  envelopes  shall  each  indicate  the  name  and  address  of  the 
tenderer to enable the tender to be returned unopened in case it is declared 
late, while the outer envelope shall bear no mark indicating the identity of 
the tenderer.  
17.4.  If  the  outer  envelope  is  not  sealed  and  marked  as  instructed  above,  the 
Employer  will  assume  no  responsibility  for  the  misplacement  or  premature 
opening  of  the  tender.    A  tender  opened  prematurely  for  this  cause  will  be 
rejected by the Employer and returned to the tenderer.  
18.  Deadline for Submission of Tenders  
18.1.  Tenders must be received by the Employer at the address specified in clause 
17.2 and on the date and time specified in the Letter of Invitation, subject to 
the provisions of clause 7.4, 18.2 and 18.3.  
Tenders delivered by hand must be in the office of the Employer before the 
deadline for Tender submission.  
Proof  of  posting  will  not  be  accepted  as  proof  of  delivery  and  any  tender 
delivered  after  the  above  stipulated  time,  from  whatever  cause  arising  will 
not be considered.  
18.2.  The Employer may, at his discretion, extend the deadline for the submission 
of tenders through the issue of an Addendum in accordance with clause 7, 
in  which  case  all  rights  and  obligations  of  the  Employer  and  the  tenderers 
previously subject to the original deadline shall thereafter be subject to the 
new deadline as extended.  
18.3.  Any  tender  received  by  the  Employer  after  the  prescribed  deadline  for 
submission of tender will be returned unopened to the tenderer.  
19.  Modification and Withdrawal of Tenders  
19.1.  The  tenderer  may  modify  or  withdraw  his  tender  after  tender  submission, 
provided that written notice of the modification or withdrawal is received by 
the Employer prior to prescribed deadline for submission of tenders.  
19.2.  The  tenderers  modification  or  withdrawal  notice  shall  be  prepared,  sealed, 
marked  and  dispatched  in  accordance  with  the  provisions  for  the   
17  
submission  of  tenders,  with  the  inner  and  outer  envelopes  additionally 
marked MODIFICATION or WITHDRAWAL as appropriate.  
19.3.  No  tender  may  be  modified  subsequent  to  the  deadline  for  submission  of 
tenders.  
19.4.  No  tender  may  be  withdrawn  in  the  interval  between  the  deadline  for 
submission  of  tenders  and  the  period  of  tender  validity  specified  on  the 
tender  form.    Withdrawal  of  a  tender  during  this  interval  will  result  in  the 
forfeiture of the Tender Security.  
19.5.  Subsequent  to  the  expiration  of  the  period  of  tender  validity  prescribed  by 
the Employer, and the tenderer having not been notified by the Employer of 
the  award  of  the  Contract  or  the  tenderer  does  not  intend  to  conform  with 
the  request  of  the  Employer  to  extend  the  validity  prior  to  expiry  of  tender 
validity,  the  tenderer  may  withdraw  his  tender  without  risk  of  forfeiture  of 
the Tender Security.  
20.  Tender Submissions.  
The Tenderers MUST submit a two-envelope bid in the following format  
(a) Technical :- Comprising of the following documents   
1.  Tender Security  
2.  Manufacturers authorization for all equipment to be supplied by 
others.  
3.  Tender questionnaire duly completed.  
4.  Confidential business questionnaire duly completed  
5.  Power of Attorney in case of Joint Ventures or Consortiums  
6.  Notarized  Power  of  Attorney  for  the  person(s)  signing  the  tender  on 
behalf of the Tenderer.  
7.  Bidders own audited accounts for the immediate last three years  
8.  Current tax compliance certificate  
9.  Evidence of banking facilities /credit lines specific for this tender.  
10.  CVs of key personnel in prescribed format (Form 5A).  
11.  Firms experience over  last eight (8) years 
12.  Joint Venture or Consortium agreement where applicable 
13.  Details of subcontractors   
18  
14.  Schedule of ongoing works. 
15.  Technical schedules duly completed 
16.  Contractor's implementation programme. 
17.  All information showing compliance to specifications 
18.  Detailed solution including the following 
15.1. Drawings on general arrangement and layouts for  
   Substation  switchgear,  transformers,  transmission  lines  and 
control room 
  Powerhouse  generating  equipment    generator,  turbine,  inlet 
valve and related control panels 
  Powerhouse  auxiliary  equipment    control  room,  11kV 
Switchboard,  battery  room,  mains  power  auxiliary  board 
(415VAC) 
  Portal valve  
15.2. Schematic Diagrams for  
  Generator,  transformer  and  line  protection  including  the  trip 
matrix 
  Governor hydraulic and digital controls 
  Excitation controls 
  Tariff metering and measurement 
15.3 Technical Data 
  The  technical  data  on  all  the  equipment  and  systems  must  be 
provided in the attached sheets.  
  Brochures  for  the  following  equipment  and  systems  must  be 
attached    control  system,  governor,  excitation,  generators 
(stator  and  rotor),  power  and  instrument  transformers,  circuit 
breakers,  disconnector  switches,  pumps,  all  meters,  runner, 
inlet valve, guide vanes, turbine and generator bearings.  
19.  Evidence of after sales services.  
(b) Financial:- Comprising of   
i.  Tender Form  
ii.  Price Schedules duly completed.  
TENDER OPENING AND EVALUATION  
21.  Tender Opening    
19  
21.1  In  the  first  opening  the  Employer  will  open  only  the  technical  bids  in  the 
presence of the tenderers representatives who choose to attend at the time 
and  location  indicated  in  the  Letter  of  Invitation  to  Tender.    The  tenderers 
representatives  who  are  present  shall  sign  a  register  evidencing  their 
attendance.  
21.2  Tenders  for  which  an  acceptable  notice  of  withdrawal  has  been  submitted, 
pursuant to clause 19, will not be opened.    
21.3  At  the  tender  opening,  the  Employer  will  announce  the  tenderers  names, 
tender  modifications  and  tender  withdrawals,  if  any,  the  presence  of  the 
requisite  Tender  Security  and  such  other  details  as  the  Employer,  at  his 
discretion,  may  consider  appropriate.    No  tender  shall  be  rejected  at  the 
tender opening except for late tenders.  
21.4  Only  tenderers  whose  technical  bids  have  passed  the  technical  evaluation 
shall be invited for the opening of financial bids (second opening).   
21.5   The  employer  shall  notify  the  tenderers  whose  technical  bids  are  non 
responsive indicating that their financial bids shall be returned unopened at 
the end of the tender evaluation process.  
21.6  The Employer shall prepare minutes of the tender opening including the 
information disclosed to those present.  
21.7  Tenders not opened and read out at tender opening shall not be considered 
further for evaluation, irrespective of the circumstances.  
EVALUATION AND COMPARISON OF TENDERS  
22.  Process to be Confidential  
22.1  After the public opening of tenders, information relating to the examination, 
clarification,  evaluation  and  comparisons  of  tenders  and  recommendations 
concerning  the  award  of  Contract  shall  not  be  disclosed  to  tenderers  or 
other persons not officially concerned with such process until the award of 
Contract is announced.  
22.2    Any  effort  by  a  tenderer  to  influence  the  Employer  in  the  process  of 
examination,  evaluation  and  comparison  of  tenders  and  decisions 
concerning  award  of  Contract  may  result  in  the  rejection  of  the  tenderers 
tender.  
23.  Clarification Tenders  
23.1    To  assist  in  the  examination,  evaluation  and  comparison  of  tenders,  the 
Employer  may  ask  tenderers  individually  for  clarification  of  their  tenders, 
including  breakdown  of  unit  prices.    The  request  for  clarification  and  the 
response  shall  be  in  writing  or  by  cable,  facsimile,  e-mail  or  telex,  but  no   
20  
change  in  the  price  or  substance  of  the  tender  shall  be  sought,  offered  or 
permitted except as required to confirm the correction of arithmetical errors 
discovered  by  the  employer  during  the  evaluation  of  the  tenders  in 
accordance with clause 24.  
23.2    No Tenderer shall contact the Employer on any matter relating to his tender 
from `the time of the tender opening to the time the Contract is awarded.  If 
the tenderer wishes to bring additional information to the notice of the 
Employer, he shall do so in writing.   
EVALUATION CRITERIA  
Tenders shall be subjected to technical and financial evaluation. Only tenderers 
who attain 80% score on technical evaluation shall qualify for financial evaluation.  
24.  Preliminary examination of bids submissions  
24.1  Prior  to  the  detailed  evaluation  of  tenders,  the  Employer  shall  carry  out  a 
preliminary evaluation to determine completeness of the submissions to enable 
detailed  assessment  for  responsiveness.  This  examination  shall  be  based  on 
the following submitted documents.  
1.  Tender Security    
2.  Manufacturers authorization for authorized suppliers.  
3.  Tender questionnaire duly completed.  
4.  Confidential business questionnaire duly completed  
5.  CVs of key personnel in the prescribed format (Form 5A).  
6.  Audited accounts for the last three years 
7.  Proof of purchase of tender documents 
8.  Power of Attorney in case of Joint Venture or Consortium  
9.  Joint Venture or consortium agreement where applicable  
10. Evidence of site visit.  
24.2  Tenders found not responsive to the above shall be rejected by the employer 
and shall not subsequently be made responsive by the tenderer correcting the 
nonconformity.  
25.  Technical Evaluation  
The minimum technical score to pass shall be 80%.    
21  
25.1.  Technical evaluation shall be carried out only on tenders determined to be 
responsive to the preliminary examination.  
25.2.  This  evaluation  will  examine  documents  listed    under  clause  20      for 
compliance to specifications as stipulated in the tender document covering , 
but not limited to the following :-  
1.  The qualification and experience of key personnel.  
Personnel  Capabilities:  The  Applicant  and  the  suppliers  must  have  suitably  qualified 
personnel to fill the following listed positions.  The Applicant will supply information on 
a  prime  candidate  and  an  alternate  for  each  position,  both  of  whom  should  meet  the 
experience requirements specified below. The employer at his own discretion may verify 
the information provided in the CVs.  
Position  Total 
experience 
(years) 
In similar 
works 
(years) 
As manager of 
similar works 
(years) 
Head office project manager   
15  
10  
5 
Alternate  15  10  5        
Installation supervisor for 
mechanical equipment  
10  
8  
0 
Alternate  10  8  0 
Installation supervisor for 
electrical equipment 
10  8  0 
Alternate  10  8  0 
Commissioning Engineer - 
Mechanical  
10  
8  
0 
Alternate  10  8  0 
Commissioning Engineer - 
Electrical 
10  8  0 
Alternate  10  8  0  
2.  The experience of the firm:  
The Tenderer (or in the case of a Joint Venture or consortium - the lead Partner) 
shall meet the following minimum criteria: 
  Performance as prime contractor in the execution of at least five projects 
of  nature,  complexity  and  volume  comparable  to  the  proposed  contract 
over the last 8 years. 
  The supplier must have designed, manufactured, installed and 
commissioned during the last 8 years at least 5 projects of similar nature 
and complexity. 
  Details  on  after  sales  support  including  supply  of  spares  for  similar 
projects implemented in the past 8 years.   
 The supplier shall provide the names and addresses of the owners of the   
22  
above projects, and the names, telephone numbers and email address of 
senior managers employed by each client from whom references can be 
obtained in the English language.  
  The  supplier  must  have  a  Quality  Assurance  System  implemented 
according  to  the  requirements  in  the  ISO  9001  standard  or  equivalent. 
Suppliers  that  are  not  certified  to  the  ISO  9001  standard  must  submit 
details  of  their  Quality  Assurance  System  demonstrating  their 
substantive compliance with this standard or equivalent.  
  The  supplier  must  have  a  Environmental  Management  System 
implemented  according  to  the  requirements  in  the  ISO  14001  standard 
or equivalent. Suppliers that are not certified to the ISO 14001 standard 
must  submit  details  of  their  Environmental  Management  System 
demonstrating  their  substantive  compliance  with  this  standard  or 
equivalent.  
3.  Deviations from specifications:   
Variations,  deviations  and  other  factors,  which  are  in  excess  of  the 
requirements of the tender documents or otherwise result in the accrual of 
unsolicited  benefits  to  the  Employer,  shall  not  be  taken  into  account  in 
tender evaluation.  
4.  Financial Position:    
This shall be evaluated against the following parameters:  
a)  Minimum average annual turnover of KShs 1.0 billion, calculated as 
total  certified  payments  received  for  contracts  in  progress  or 
completed, within the last three (3) years  
Single Entity- Must meet requirement  
Joint Venture, Consortium or Association: 
a.  All Partners combined- Must meet requirement 
b.  Each  Partner-  Must  meet  one  hundred  percent  (100%)  of  the 
requirement 
a.  At  least  one  partner-  must  meet  one  hundred  percent  (100%)  of 
the requirement  
b)  The  Bidder  must  demonstrate  access  to,  or  availability  of,  financial 
resources  such  as  liquid  assets,  unencumbered  real  assets,  lines  of 
credit  (specific  to  the  works  being  tendered  for),  and  other  financial 
means,  sufficient  to  meet  the  contracts  cash  flow  for  a  period  of  12 
months,  other  than  any  contractual  advance  payments  to  meet  the 
following cash-flow requirement:   
i.  not  less  than  KShs.  250  million  (working  capital)  net  of  the 
applicants commitments for other projects and   
23  
ii.  The  overall  cash  flow  requirements  for  this  contract  and  its 
current commitments.  
Single Entity- Must meet requirement  
Joint Venture, Consortium or Association: 
a.  All Partners combined- Must meet requirement 
b.  Each Partner-Must meets fifty percent (50%) of the requirement  
c)  Submission of audited balance sheets or if not required by the law of 
the  bidders  country,  other  financial  statements  acceptable  to  the 
Employer,  for  the  last  three  [3]  years  to  demonstrate  the  current 
soundness  of  the  bidders  financial  position  and  its  prospective  long 
term profitability.  
i.  Criteria 1-Positive net worth  
ii.  (Criteria 2-Current ratio of at least 1.5  
Single Entity- Must meet requirement  
Joint Venture, Consortium or Association- each partner must meet requirement  
5.  Audited accounts for the last three (3) years  
The audited balance sheets for the last three years for all the participating 
contractors/sub-contractors  in  the  contracts  should  be  submitted  and 
must  demonstrate  the  soundness  of  the  Applicant's  financial  position, 
showing  long-term  profitability.    Where  necessary,  the  Employer  will  make 
necessary inquiries, including with the Applicant's bankers.  
Financial  statements  (balance  sheets,  including  all  related  notes,  and  income 
statements)  for  the  years  required  above  shall  comply  with  the  following 
conditions:  
a)  Must reflect the financial situation of the Bidder or partner to a JV, and not 
sister or parent companies 
b)  Historic financial statements must be audited by a certified accountant 
c)  Historic  financial  statements  must  be  complete,  including  all  notes  to  the 
financial statements 
d)  Historic financial statements must correspond to the immediate accounting 
periods  already  completed  and  audited  (no  statements  for  partial  periods 
shall be requested  
6.  Litigation History  
The  tenderer  should  provide  accurate  information  on  any  litigation  or 
arbitration  resulting  from  contracts  completed  or  under  execution  by  the   
24  
contractors  including  for  all  the  participating  contractors/sub-contractors 
required to perform the works over the last five years. A consistent history 
of  awards  against  the  tenderer  or  any  partner  of  a  joint  venture  or  a 
consortium  or  any  of  its  contractors/sub-contractors  may  result  in 
rejection of the tenderers bid.  
7.  Project overview  
The tenderer shall present in the tender document and submit drawings to 
show;- 
  How the various components are integrated in the proposal  
  Modular design. 
  Automation & control philosophy. All software based systems should be 
open  and  can  be  integrated  to  other  systems.  Locked  proprietary 
systems shall not be accepted.   
8.  Scope of works / Implementation plan  
The tenderer shall clearly present a description covering the design, supply, 
installation  &  commissioning,  training,  methodology  of  integration  into 
existing plant and an implementation program.    
9.  Compliance to technical specifications:  
The  tenderer  shall  provide  information  that  demonstrates  compliance  with 
the technical specifications. More particularly the tenderer shall avail to the 
Employer the following:-   
  Technical schedules 
  Specification  of  product  to  be  used/  installed  inclusive  of  functions 
offered. 
  Spare parts offered.  
  Illustrative drawings/ sketches and schematics  
  Turbine guaranteed output  
10.  Software and other necessary licenses.  
All  software,  passwords,  licenses  and  equipment  used  during 
commissioning  and  are  required  for  maintenance  shall  be  deemed  the 
employers property and shall be handed over to the client upon completion 
of works.  
The evaluation criteria tabulated below shall be applied.   
ITEM  DESCRIPTION  SCORE  Total Score 
1  The  qualification  and  experience 
of key personnel  
  15   
25  
a(i)  Head office project manager (total 
experience 15 comprising 10 years in 
similar work and 5 years as project manager 
of similar works) 
15 
a(ii)  Alternate (total experience 15 years 
comprising 10 years in similar work and 5 
years as project manager of similar works) 
15 
b(i)  Installation supervisor for 
mechanical equipment (total 
experience 10 years with 8 years in similar 
work) 
10 
b(ii)  Alternate (total experience 10 years with 
8 years in similar work) 
10 
c(i)  Installation supervisor for 
electrical equipment (total experience 
10 years with 8 years in similar work) 
10 
c(ii)  Alternate (total experience 10 years with 
8 years in similar work) 
10 
d(i)  Commissioning Engineer - 
Mechanical (total experience 10 years 
with 8 years in similar work) 
7.5 
d(ii)  Alternate (total experience 10 years with 
8 years in similar work) 
7.5 
e(i)  Commissioning Engineer - 
Electrical (total experience 10 years with 
8 years in similar work) 
7.5 
e(ii)  Alternate (total experience 10 years with 
8 years in similar work) 
7.5 
2  The experience of the firm  
  30 
a  Performance  as  prime  contractor 
in  the  execution  of  at  least  five 
projects  of  nature,  complexity 
and  volume  comparable  to  the 
proposed contract over the last 8 
years.  
40 
b  The supplier must have 
designed, manufactured, 
installed and commissioned 
during the last 8 years at least 5 
projects of similar nature and 
complexity 
40 
c  Details  on  after  sales  support 
including  supply  of  spares  for 
similar  projects  implemented  in 
the past 8 years.  
15 
d  The supplier must have a Quality 
Assurance System implemented 
according to the requirements in 
the ISO 9001 standard or 
5   
26  
equivalent. 
3  Financial  Position  (demonstrate 
financial  means  sufficient  to  meet  the 
contracts financial requirements) 
100  5 
4  Audited  accounts  for  the  last 
three  (3)  years  (demonstrate  the 
soundness  of  the  Applicant's  financial 
position) 
100  5 
5  Project overview  
100  5 
6  Scope of works / Implementation 
plan  
100  5 
7  Compliance  to  technical 
specifications:  
  35 
a(i)  Technical schedules  
20 
a(ii)  Specification  of  product  to  be 
used/  installed  inclusive  of 
functions offered.  
40 
a(iii)  Turbine  guaranteed  output 
above the existing rating  
40 
Total Technical Score   100%  
26.  Price Evaluation  
Only  tenders  that  meet  the  minimum  technical  score  of  80%  will  have  their 
financial bids opened and evaluated.   
26.1 Correction of Errors 
Tenders  determined  to  be  substantially  responsive  shall  be  checked  by  the 
Employer for any arithmetic errors in the computations and summations.  Errors 
will be corrected by the Employer as follows:  
(a)  Where there is a discrepancy between the amount in figures and the amount 
in words, the amount in words will govern.  
(b)  Where  there  is  a  discrepancy  between  the  unit  rate  and  the  line  item  total 
resulting  from  multiplying  the  unit  rate  by  the  quantity,  the  unit  rate  as 
quoted  will  prevail,  unless  in  the  opinion  of  the  Employer,  there  is  an 
obvious  typographical  error,  in  which  case  adjustment  will  be  made  to  the 
entry containing that error.  
(c)  The  amount  stated  in  the  tender  will  be  adjusted  in  accordance  with  the 
above  procedure  for  the  correction  of  errors  and,  with  concurrence  of  the 
tenderer, shall be considered as binding upon the tenderer.  If the tenderer   
27  
does  not  accept  the  corrected  amount,  the  tender  may  be  rejected  and  the 
Tender Security may be forfeited in accordance with clause 13.  
26.2 Bid Price Comparison  
(i)  For  each  100  kW  that  the  turbine  guaranteed  output  exceeds 
minimum  stated  output,  the  tender  price  will  be  adjusted  by  minus 
one  hundred  fifty  thousand  (150,000)  US  dollars  for  purposes  of 
tender comparison. 
(ii)  For  each  month  that  the  delivery  is  below  or  above  the  specified 
period  the  tender  price  will  be  adjusted  by  two  hundred  thousand 
(200,000) US dollars for purposes of tender comparison.   
26.3 Conversion to Single Currency  
26.3.1 For comparison of tenders, the tender price shall first be broken down into 
the respective amounts payable in various currencies by using the mean 
exchange rates of the Central Bank of Kenya prevailing on the date for the 
submission of tenders.  
26.3.2 The Employer will convert the amounts in various currencies in which the 
tender  is  payable  (excluding  provisional  sums  but  including  Day  works 
where  priced  competitively)  to  Kenya  Shillings  at  the  exchange  rates 
stated in clause 26.3.1.   
AWARD OF CONTRACT  
27.  Award  
27.1.  Subject to clause 27.2, the Employer will award the Contract to the tenderer 
whose  tender  is  determined  to  be  responsive  to  the  tender  documents  and 
who  has  offered  the  lowest  evaluated  tender  price  and    possessing  the 
capability and resources to effectively carry out the Contract Works.  
27.2.  The Employer reserves the right to accept or reject any tender, and to annul 
the  tendering  process  and  reject  all  tenders,  at  any  time  prior  to  award  of 
Contract, without thereby incurring any liability to the affected tenderers or 
any  obligation  to  inform  the  affected  tenderers  of  the  grounds  for  the 
Employers action.  
27.3.  The employer reserves the right at the time of contract award to increase or 
decrease  the  quantity  of  goods  originally  specified  in  the  schedule  of 
requirements  without  any  change  in  unit  price  or  other  terms  and 
conditions.  
28.  Notification of Award    
28  
28.1.  Prior  to  the  expiration  of  the  period  of  tender  validity  prescribed  by  the 
Employer,  the  Employer  will  notify  the  successful  tenderer  in  writing  that 
his  tender  has  been  accepted.    This  letter  (hereinafter  and  in  all  Contract 
documents called Letter of Award) shall name the sum (hereinafter and in 
all Contract documents called the Contract Price) which the Employer will 
pay  to  the  Contractor  in  consideration  of  the  execution  and  completion  of 
the Works as prescribed by the Contract.  
The unsuccessful tenderers will simultaneously be notified that their offers 
were not accepted.  
28.2.  Notification  of  award  and  the  Tenderers  acceptance  thereof  will  not 
constitute the formation of the Contract.  
28.3.  Within thirty [30] days of receipt of the form of Contract Agreement from the 
Employer,  the  successful  tenderer  shall  sign  the  form  and  return  it  to  the 
Employer together with the required Performance Security.  
29.  Performance Guarantee  
29.1.  Within  thirty  [30]  days  of  receipt  of  the  notification  of  award  from  the 
Employer,  the  successful  tenderer  shall  furnish  the  Employer  with  a 
Performance  Security  in  an  amount  stated  in  the  Appendix  to  Instructions 
to Tenderers.  
29.2.  The Performance Security to be provided by the successful tenderer shall be 
an  unconditional  Bank  Guarantee  issued  at  the  tenderers  option  by  an 
established and a reputable Bank approved by the Employer and located  in 
the  Republic  of  Kenya,  or  a  foreign  bank  through  a  correspondent  bank 
located  in  Kenya  and  shall  be  divided  into  two  elements  namely,  a 
performance  security  payable  in  foreign  currencies  (based  upon  the 
exchange  rates  determined  in  accordance  with  the  Conditions  of  Contract 
and  a  performance  security  payable  in  accordance  with  the  Conditions  of 
Contract. The value of the two securities shall be in the same proportions of 
foreign  and  local  currencies  as  requested  in  the  form  of  foreign  currency 
requirements.  
29.3.  Failure  of  the  successful  tenderer  to  lodge  the  required  Performance 
Security shall constitute a breach of Contract and sufficient grounds for the 
annulment of the award and forfeiture of the Tender Security and any other 
remedy  under  the  Contract  and  the  Employer  may  award  the  Contract  to 
the next ranked tenderer.  
30.  Advance Payment  
An  advance  payment,  if  requested  for  by  the  Contractor,  shall  be  made 
under  the  Contract,  if  approved  by  the  Employer  but  secured  by  an 
advance  payment  guarantee.  The  recovery  of  the  advance  payment  will  be 
in  accordance  with  the  Conditions  of  Contract.    The  Advance  Payment   
29  
Guarantee shall be denominated in the proportion and currencies named in 
the  form  of  foreign  currency  requirements.    For  each  currency,  a  separate 
guarantee shall be issued.  The guarantee shall be issued by a bank located 
in the Republic of Kenya, or a foreign bank through a correspondent bank 
located  in  the  Republic  of  Kenya,  in  either  case  subject  to  the  approval  of 
the Employer. The advance payments shall not exceed 10% of the contract 
value.  
APPENDIX TO INSTRUCTIONS TO TENDERERS   
15  Pre-tender meeting shall be held immediately after the mandatory site visit.  
16  (i)  The name and address of the Employer for the purposes of  
                   submission of tenders is:  
THE COMPANY SECRETARY, LEGAL & CORPORATE AFFAIRS 
DIRECTOR,  
KENYA ELECTRICITY GENERATING COMPANY LIMITED 
7
Th
 FLOOR, STIMA PLAZA, PHASE III 
KOLOBOT ROAD, PARKLANDS 
P.O. BOX 47936-00100 
NAIROBI, KENYA.  
(ii) The name of the proposed Works is:  
TENDER FOR UPGRADING OF WANJII HYDRO POWER STATION.  
(iii)The tender opening date and time is indicated in the letter for tender invitation.  
29.  Performance Guarantee  
The  amount  of  Performance  Security  is  10%  of  the  total  Contract  Value  of 
the Works, which shall remain valid until end of defects notification period.                  
30                             
SECTION B:  
CONDITIONS OF CONTRACT                 
CONDITIONS OF CONTRACT    
31  
The  Conditions  of  Contract  comprise  the  General  Conditions  which  form  part  of  the 
Conditions of Contract for Plant and Design-Build First Edition 1999 published by the 
Federation Internationale des Ingenieurs-Conseils (FIDIC) and the following Particular 
Conditions which include amendments and additions to such General Conditions.  
PART I  GENERAL CONDITIONS  
GENERAL   
The  General  Conditions  of  Contract  shall  be  Part  1  of  the  Conditions  of  Contract 
recommended  by  the  Federation  Internationale  des  Ingenieurs-Conseils  (FIDIC) 
contained in the Yellow Book titled Conditions of Contract for Plant and Design-Build 
First Edition 1999.  
These Part I: General conditions shall be incorporated in and form part of this Contract 
subject  to  the  following  amendments  and  additions  thereto  as  set  out  below  in  the 
Preamble and in Part II: Special Conditions.    
PART II  SPECIAL CONDITIONS  
The General Conditions of Contract in Part I shall be modified by the Special Conditions 
set out below:-  
Particular Conditions of Contract (PCC) 
The  following  Particular  Conditions  of  Contract  (hereinafter  referred  to  as  PCC)  shall 
supplement  the  General  Conditions  of  Contract  in  Section  VII.  Whenever  there  is  a 
conflict, the provisions herein shall prevail over those in the GCC.  
1.1.3.2  Commencement Date 
Delete the definition and substitute: 
Commencement Date means ___________________ (to be indicated in the Contract)  
1.1.3.3 - Time for Completion 
The Time for Completion shall be the time for completion entered by the Contractor in 
the Schedule of Delivery and in the Tender. It shall mean the time for completion of the 
Works as tendered by the Contractor in the Bill its tender and in guaranteed times for 
completion and included in the Letter of Award. This period shall include up to the date 
of the Issue of the Taking-Over Certificate and shall not exceed 24 months.  
1.1.5.9 Services Insert new definition: 
Services shall include Design Services and Installation Services.  
1.1.5.10  Design Services Insert new definition: 
Design Services shall mean the design of the Works under Clause 5 [Design].  
1.1.5.11  Installation Services 
Insert new definition:   
32  
Installation Services shall mean all those services ancillary to the supply of the Plant 
and  Equipment  for  the  Works,  to  be  provided  by  the  Contractor  under  the  Contract; 
and  includes,  but  is  not  limited  to,  the  transportation  and  provision  of  insurance, 
inspection,  expediting,  site  preparation  works  (including  the  provision  and  use  of 
Contractors  Equipment  and  the  supply  of  all  construction  materials  required),  the 
installation, testing, pre-commissioning and commissioning, the provision of operations 
and maintenance manuals, etc..  
1.1.5.12  Mandatory Spare Parts, Recommended Spare Parts and Consumables 
Insert new definition: 
The  terms  Mandatory  Spare  Parts,  Recommended  Spare  Parts  and  Consumables 
shall each have the meanings ascribed to them in the Employers Requirements as per 
the tender document.  
1.1.6.6  Performance Security 
Delete definition and substitute: 
Performance  Security  means  the  security  (or  securities)  under  Sub-Clause  4.2 
[Performance Security] and in the form attached in Appendix A - Bank Guarantee.  
Sub-Clause 1.2 
Interpretation 
Insert new sub-paragraph (e) as follows: 
(e)  the  word  tender  is  synonymous  with  bid,  and  tenderer  with  bidder  and  the 
words tender documents with bidding documents.  
At the end of Sub-Clause 1.2, insert: 
In  these  conditions,  provisions  including  the  expression  Cost  plus  reasonable  profit 
require this profit to be onetwentieth (5%) of this Cost.  
Sub-Clause 1.3 Communication  
The address of the Employer for notices is:-  
  The Company Secretary, Legal & Corporate Affairs Director, 
  Kenya Electricity Generating Company Limited 
Stima Plaza, Kolobot Road, Parklands 
  P. O. Box 47936-00100 
  NAIROBI, KENYA 
  Telephone: +254-020-3666000 
  Fax: +254-020-248848  
The address of the Contractor for notices is:-  
_______________________________ 
_______________________________ 
_______________________________ 
_______________________________     
33  
Sub-Clause 1.4 Law and Language  
The Contract will be governed by the law of the Republic of Kenya.  
The  ruling  language  and  the  language  for  communications  shall  be  the  English 
Language.  
Sub-Clause 1.5 Priority of Documents  
a)  The Contract Agreement 
b)  The Letter of Award and Acceptance thereof 
c)  Particular  Conditions of Contract and attachments thereto 
d)  General Conditions of Contract  FIDIC EPC/Turnkey Projects (First Edition 1999) 
e)  The Employers Tender Document 
f)  The Contractors bid document  
Clause 2 - The Employer 
Sub-Clause 2.1 Right of Access to the Site  
Add the following sentence to the end of Sub-Clause 2.2  
The  Employer  shall  allow  the  Contractor  to  have  access  to  the  Site  no  later  than  sixty 
(60)  days  after  Contract  Agreement.  Subject  to  mutual  agreement,  the  Employer  shall 
allow the Contractor to access the Site prior to the referenced period for access for pre-
project implementation Site activities.   
Sub-Clause 2.2 Permits, Licences or Approvals  
Add the following sentence to the end of Sub-Clause 2.2 
The  Employer  will  assist  the  Contractor  by  issuing  supporting  letters  necessary  for 
customs  clearance.  All  fees  or  levies  shall  be  to  the  account  of  the  Contractor.  The 
Employer  shall  not  be  responsible  for  any  losses,  cost  or  delays  arising  from  the 
submission  of  documents  or  incomplete  or  incorrect  documents  relating  to  the  Works 
provided by the Contractor.   
Sub-Clause 2.6 - Electricity, Water, Gas and Other Services  
Add new Sub-Clause 
The  Employer  will  provide  a  three  phase  supply  of  electricity  at  415V  AC  50  Hz.  The 
Contractor  will  provide  his  own  distribution  board  with  necessary  electrical  protection 
and switchgear.  
Clause 3 - The Employers Administration 
Sub-Clause 3.1- Engineers Duties and Authority  
The Engineer for the Contract shall be: 
Mr. ____________ 
Operations Manager, Projects   
34   
Clause 4 - The Contractor  
Sub-Clause 4.2 - Performance Security  
The  amount  of  the  Performance  Security  shall  be  10%  of  the  Contract  Price  in  the 
currencies and proportion in which the Contract Price is payable.  
The  Performance  Security  shall  be  in  the  form  of  an  irrevocable  Unconditional  Bank 
Guarantee as attached in Appendix A or another form acceptable to the Employer. The 
Performance  Security  shall  be  issued  by  either  a  bank  located  in  the  Country  of  the 
Employer,  or  a  foreign  bank  through  a  correspondent  bank  located  in  the  Country  of 
the Employer.  
Sub-Clause 4.3 Contractors Representative  
At the end of Sub-Clause 4.3 add: 
"The  Contractors  Representative,  and  an  adequate  number  of  the  staff  of  the 
Contractor shall be fluent in the English language."   
Sub-Clause 4.19 Electricity, Water and Gas   
The  Employer  will  provide  a  three  phase  supply  of  electricity  at  415V  AC  50  Hz.  The 
Contractor  will  provide  his  own  distribution  board  with  necessary  electrical  protection 
and switchgear.  
Sub-Clause 4.25  Site Conditions and Restrictions  
Add new Sub Clause 4.25 Site Conditions and Restrictions:  
The Contractor shall be deemed to have inspected the Site during the bidding phase to 
establish the original condition of the Site. The Contractor is required to return the Site 
and working areas to at least the original condition at Completion.  
Without limiting the generality of the foregoing the Contractor shall strictly abide by the 
Kenyan regulations concerning safety on the Site of the Works.  
Prior  to  its  removal  from  Site,  the  Contractor  shall  store  all  wreckage,  rubbish  and 
debris  in  secure  areas  and  shall  prevent  any  unauthorised  removal  of  such  materials 
from Site. Prior to Completion, the Employer may elect to retain and take possession at 
no  cost  of  any  such  materials  that  it  considers  may  be  reused  or  recycled.  The 
Contractor  shall  remove  all  other  materials,  wreckage,  rubbish  and  debris  of  any  kind 
from  Site  and  from  the  vicinity  of  the  Site  and  in  a  manner  and  place  approved  by 
Employer.  
Clause 5 - Design  
5.7- Operation and Maintenance Manuals   
35   
Operation and Maintenance Manuals shall be in the English Language.  
5.9 - Employers Use of Contractors Drawings 
Add new Sub-Clause 5.9:  
The Contractors Drawings and Manuals may be used by the Employer for the purpose 
of  completing,  operating,  maintaining,  adjusting  and  repairing  the  Works,  for 
interconnecting the Works with other plant and for training of personnel.   
Clause 6 - Staff and Labour  
6.1 Engagement of Staff and Labour  
At the end of Sub-Clause 6.1, add the following: 
The Contractor is encouraged, to the extent practicable and reasonable, to employ staff 
and labour with appropriate qualifications and experience from sources within Kenya.  
Sub-Clause 6.5  Working Hours   
The  normal  working  hours  at  the  site  are  between  7.30a.m  and  5.00p.m  on  weekdays 
(five days per week). The Contractor may arrange to work any other periods he wishes 
between  7.00a.m  and  7.00p.m  to  meet  the  contract  programme.  Work  outside  this 
period  and  weekend  or  public  holiday  working  shall  only  be  carried  out  where 
specifically approved by the Engineer. Where the Contractor chooses to work in excess 
of eight hours a day or to work at weekends there shall be no additional cost added to 
the contract price.   
6.7 Health and Safety Add the following at the end of Sub-Clause 6.7:  
Without limiting the generality of the foregoing the Contractor shall strictly abide by the 
Kenyan regulations concerning safety on the site of the Works  
Sub-Clause 6.8 Contractors Superintendence  
Insert at the end of Sub-Clause 6.8: 
A  reasonable  proportion  of  the  Contractors  superintending  staff  shall  have  a  working 
knowledge of the English Language   
6.12 Festivals and Religious Customs  
Add new Sub-Clause 6.12: 
The  Contractor  shall  respect  the  Countrys  recognized  festivals,  days  of  rest  and 
religious and other customs.  
Clause 8  Commencement, Delays and Suspension  
Sub-Clause 8.1 Commencement of the Works   
36  
Replace Sub-Clause 8.1 with: 
The  Commencement  Date  shall  be  the  date  upon  which  the  following  precedent 
conditions  have  been  fulfilled  and  the  Engineers  notification  of  such  fulfillment  and 
instruction to commence the Works is received by the Contractor: 
a)  Signature of the Contract Agreement by both Parties, and 
b)  Receipt by the employer of the Performance Security in the prescribed form. 
Of  the  above  conditions  have  not  been  met  within  ninety  (90)  days  from  the  date  of 
Contract  Signature,  the  Employer  may  terminate  the  Contract  without  any  liability  to 
either Party.  
The  Contractor  shall  commence  the  execution  of  the  Works  as  soon  as  is  reasonably 
practical  after  the  Commencement  Date,  and  shall  then  proceed  with  the  Works  with 
due expedition and without delay.  
Sub-Clause 8.2 Time for Completion  
At the end of the clause add: 
For purposes of this sub-clause 8.2, the Time for Completion shall be _____ days from 
the Commencement Date  
Sub-Clause 8.7 Delay Damages  
Delay damages for the Works are USD 230/kW/year  
The  maximum  amount  of  delay  damages  shall  be  twenty  percent  (20%)  of  the  final 
Contract Price   
This maximum of delay damage under Sub-Clause 8.7 is separate from, and in addition 
to, 
any  performance  damages  that  the  Employer  may  recover  from  the  Contractor  under 
GCC  9.4  [Failure  to  Pass  Test  on  Completion]  and/or  12.4  [Failure  to  Pass  Tests  after 
Completion]  
No payments for early completion will be made by the Employer.  
Sub-Clause 8.13 Prolonged Delay  
If there is a Prolonged Delay in Completion and the Employer has become entitled to the 
maximum  reduction  in  Contract  price  under  Sub-Clause  8.7  and  the  Employer 
terminates  the  Contract  under  Sub-Clause  15.2,  then  the  additional  amount 
recoverable from the Contractor by the Employer shall be that part of the Contract Price 
which  is  attributable  to  that  part  of  the  Works  which  cannot  by  reason  of  the 
Contractors failure be put to the intended use.  
Clause 9  Tests on Completion  
Sub-Clause 9.1 Contractors Obligation    
37  
The  tests  on  project  completion  shall  include  the  30days  reliability  run  as  detailed  in 
the specification.   
Sub-Clause 9.4 Failure to Pass Tests on Completion   
The consequences shall include:   
Turbine  
If the commissioning tests show that the turbines do not meet the guaranteed outputs 
the following shall apply:    
a)  For  each  100  kW  that  the  measured  maximum  output  at  design  head  is  lower 
than the guaranteed value, a penalty of USD 300,000- shall be applied.   
b)  If the maximum output at design head falls more than 5% below the guaranteed 
value, the Employer may reject the turbine.  
Clause 10  Employers Taking Over  
Sub-Clause 10.1 Taking over of the Works and Sections  
On  satisfactory  completion  of  the  Tests  on  Completion  and  the  Reliability  Test  period, 
the Engineer shall issue a Taking over Certificate. This shall show the effective date of 
Taking Over which shall be the date of commencement of the successful reliability test 
period. This shall be the date of commencement of the Defects Liability Period.  
The  Employer  shall  not  use  any  part  of  the  Works  prior  to  the  commencement  of  the 
Tests on Completion. The Employer may use any part of the Works during its Tests to 
suit the Tests. Such use shall not imply Taking Over unless all the Tests on that part of 
the Works are successful.  
Clause 13  Variations and Adjustments  
Sub-Clause 13.5 
Provisional Sums 
There are no Provisional Sums included in the Contract.  
Sub-Clause 13.8  
Adjustment for Changes in Cost 
There shall be no adjustments for changes in costs  
Clause 14  Contract Price and Payment  
Sub-Clause 14.2 Advance Payment     
38  
An advance payment of 10% of the contract price shall be made upon submission of an 
on-demand  bank  guarantee  in  the  form  attached  in  Appendix  B  denoted  in  the  same 
currency and proportion in which the contract price is payable.  
The  guarantee  shall  be  issued  by  a  bank  located  in  th  Republic  of  Kenya,  or  a  foreign 
bank  through  a  corresponding  bank  located  in  the  Republic  of  Kenya,  in  either  case 
subject to the approval of the Employer 
Sub-Clause 14.7 Taxes & Payment   
Taxes shall be as set out below  
a.  The  Supplier  and  their  respective  employees  shall  be  liable  to  pay  all  taxes 
applicable  to  the  contract  as  may  be  required  by  the  Kenya  Tax  Law  which 
may be in force during the period of the Contract.   
b.  The contract price is inclusive of all applicable Kenyan taxes which include but 
are not limited to Income tax, ( such as withholding tax), Value Added Tax and 
any other taxes imposed by the Kenya Tax Law applicable to the contract.  
c.  The employer / client (KenGen) shall withhold any taxes as provided for in the Kenyan Tax law 
and issue the supplier with withholding tax certificates.  
The Terms of Payment shall be as set out below:-  
Payment  shall  be  made  through  an  unconfirmed  Letter  of  Credit.  The  Contractor 
shall be required to meet the Letter of Credit charges in the Contractors country where 
applicable.    Any  extensions/  amendment  charges  that  may  result  due  to  the 
Contractors  delays  or  mistakes  shall  be  to  the  Contractors  account.  Local  suppliers 
shall be paid through Electronic Funds Transfer.   
Payment terms except for the advance shall be 60 days from the date of invoice. 
Should the Contractor require a confirmed letter of credit, then all confirmation charges 
both in and outside Kenya shall be to the Contractors account.  
(a)  50%  of  Contract  Price  on  delivery  of  all  material  and  completion  of  Factory  tests 
and training. This shall be less any advance payment where applicable.  
(b)  10%  of  Contract  Price  upon  successful  erection  and  commissioning  for  each  unit 
acceptable  to  the  client  for  which  a  Taking  Over  Certificate  has  been  issued  in 
relation  to  the  works,  delivery  of  spares,  site  training  and  issue  of  preliminary 
equipment maintenance documentation.   
(c)  10% of Contract Price on successful completion of the Defects Liability period and 
submission of all Documentation and as Built drawings.   
39   
The  employer  shall  withhold  any  taxes  from  the  contractors  payments  as  provided  for 
in  the  Kenyan  Tax  law  and  issue  the  suppliers/contractors  with  withholding  tax 
certificates. 
Applications  for  Payment  may  be  made  by  the  Contractor  to  the  Engineer  as  set  out 
below:  
(a) The  application  in  respect  of  the  shipment  shall  identify  the  Equipment  shipped, 
state  the  amount  claimed  and  be  accompanied  by  such  documentation  as  the 
Engineer may require including:-  
  Original  Invoice  identifying  the  amount  claimed  against  the  appropriated 
subdivisions of the Schedule of Prices. 
  Shipping Specification and Packing List. 
  Original Bill of Lading or Air Waybill. 
  Factory inspection Certificate. 
  Clean report of finding.  
(c)  The application in respect of work carried on site shall identify the work done, state 
the  amount  claimed  and  be  accompanied  by  such  documentation  as  the  Engineer 
may require including:-  
  Original Invoice identifying the amount claimed against the appropriate subdivisions 
of the Schedule of Prices. 
  Statement of Work showing the work done.   
(d) Any  other  application  for  payment  certificates  shall  identify  the  requirement  for 
payment,  state  the  amount  claimed  and  be  accompanied  by  such  documentation 
including: 
  Original Invoice identifying the amount claimed against the appropriate subdivisions 
of the Schedule of Prices. 
  Supporting Documents such as copy of Certificates where applicable.    
Sub-Clause 14.15  
Currencies of Payment 
Payments  will  be  made  in  the  amounts  quoted  in  the  currency  agreed  with  the 
Contractor at the time of Tender and as specified in the Contract Agreement.  
Payment  in  Foreign  Currency  shall  be  made  as  per  Letter  of  Credit  terms  and 
conditions.  
Rates  of  Exchange  applicable  for  all  payments  herein  are  rates  on  the  Tender  opening 
date as provided by the Central Bank of Kenya.  
Clause 15  Termination by Employer  
15.2 Termination by Employer   
40   
Paragraph 1, line 23, Delete the term Sub-Contractor  
Add the following at the end of the paragraph, In the event that the Sub-Contractor(s) 
breach the obligations provided in Sub-Clause 15.2 (f), the Employer shall be entitled to 
demand  that  the  Contractor  terminated  the  Sub-Contractors  contract  and/or 
appropriate action is taken in the circumstances.  
Clause 16  Suspension and Termination by Contractor  
Sub-Clause 16.2 Termination by Contractor 
In paragraph 2, line 1: change 14 days to 30 days  
Clause 18 - Insurance  
Clause 18.1  General Requirements for Insurance  
The  Contractor  is  the  insuring  Party.  Insurance  policies  shall  meet  the  conditions  of 
contract  and  shall  include  Contractors  All  risks  insurance  including  Work  Injury 
Benefits Act (WIBA) insurance, Public Liability and material damage, Employer Liability, 
Motor Vehicle Insurance and Comprehensive General Liability.  
The insurance underwriters criteria shall be:- 
a)  Insurer older than six (6) years 
b)  Have a minimum solvency margin of 150% general business 
c)  Have  a  minimum  turnover  of  Kenya  Shillings  300  Million  per  annum  excluding 
motor insurance 
d)  Selected insurers should have adequate reinsurance arrangement.  
Add the following:  
the Contractor shall be the insuring party, but the Employers broker shall check and 
satisfy that the Contractor has endorsed the Employers interest upon the policies and 
that the policies specifically extend to the levels stipulated in this Contract.  
Periods of submission of insurance:  
a)  Evidence of insurance: 40 days before commencement of site works. 
b)  Relevant policies: 20 days before commencement of site works.  
Clause 18.2  Insurance for Works and Contractors Equipment  
After the first sentence of the first paragraph insert the following sentence:  
This insurance shall be not less than 110% of the Contract Price.  
Clause 18.3  Insurance against Injury to third party Persons and damage to property  
Limit if Kshs. 100,000,000.00 per occurrence, any period.   
41   
Clause 19  Force Majeure  
Sub-Clause 19.6  Optional Termination, Payment and Release  
Replace 84 in line 2 with 180  
Replace 140 in line 4 with 180  
Clause 20  Claims, Disputes and Arbitration   
Sub-Clause 20.2  Appointment of the Dispute Adjudication Board 
Not Applicable  
Sub-Clause 20.3 Failure to Agree Dispute Adjudication Board 
Not Applicable 
Sub-Clause 20.4  Obtaining Dispute Adjudication Boards Decision 
Not Applicable  
Sub-Clause 20.6  Arbitration  
Any dispute between the Parties as to  matters arising pursuant to this Contract or its 
interpretation  that  cannot  be  settled  amicably  after  receipt  by  one  Party  of  the  other 
Partys request for such amicable settlement shall be referred for settlement by a single 
arbitrator.   
The arbitrator shall be agreed upon by the Parties within 30 days of the notification of a 
dispute  by  either  party  to  the  other  and  in  default  of  agreement  as  to  the  single 
arbitrator  the  same  shall  be  appointed  by  the  Chairman  for  the  time  being  of  the 
Chartered Institute of Arbitrators (Kenya Branch).   
Every  award  made  under  this  Clause  shall  be  expressed  to  be  made  under  the 
Arbitration Act 1995 or other Act or Acts for the time being in force in Kenya.  
The  language  of  arbitration  is  the  English  Language.  The  place  of  arbitration  shall  be 
Nairobi, Kenya.  
Sub-Clause 20.7  failure to comply with Dispute Adjudication Boards Decision 
Not Applicable 
Sub-Clause 20.8  Expiry of Dispute Adjudication Boards Appointment 
Not Applicable   
INSERT NEW CLAUSES AS FOLLOWS:   
New Clause 21 Shipping Arrangements  
Add New Sub-Clause 21.1  Pre-Shipment Inspection    
42  
Kenyan  regulations  require  that  all  imported  goods  be  inspected  prior  to  shipment  to 
verify price, quality and quantity.  
The names of the Inspection Agencies appointed by the Kenyan authorities to act under 
this Contract will be notified to the Contractor on the Import Declaration Form, which is 
obtained  by  the  Employer.  The  pre-shipment  inspection  if  positive  authorises  the 
Contractor to ship the goods.  
The  Contractor  should  establish  contact  and  liaise  with  the  Inspection  Agencies 
immediately upon learning of their names.  
The cost of presentation of the Goods to the Inspection Agencies, unpacking, handling 
etc. shall be paid for by the Contractor.  
The  Contractor  shall  give  at  least  21  days  notice  before  shipment  to  the  Inspection 
Agency indicating the place where the Goods may be inspected and the expected time of 
shipment.  When  requesting  pre-shipment  inspection  the  Contractor  shall  provide  the 
Inspection  Agency  with  a  copy  of  the  pro-forma  invoice,  Contract  and  any  other 
document  relevant  to  the  execution  of  the  inspection.  On  completion  of  inspection  the 
Inspecting Agency will issue a report of finding which will be either:  
A Clean Report of Finding if the inspection yields a satisfactory result, or 
a Non-negotiable Report of Findings if the inspection reveals deficiencies.  
In  the  case  of  a  Clean  Report  the  Contractor  shall  provide  the  Inspection  Agency 
immediately  after  shipment  with  a  non-negotiable  copy  of  the  Bill  of  Lading  or  Air 
Waybill and a copy of the final invoice covering the Goods. When these documents have 
been  received  the  Clean  Report  of  findings  will  be  issued.  The  Contractor  is  warned 
against  the  shipment  of  Goods,  which  have  not  been  inspected,  or  goods  for  which  a 
Non-negotiable Report of Findings has been issued by the Inspection Agency.  
The inspection of Goods does not relieve the Contractor of its contractual obligations to 
the Employer, and may reject items if they fail to meet the requirements of the Contract 
even though the Inspection Agency for shipment has cleared them.  
Add New Sub-Clause 52.2  Delivery and Documents  
Upon shipment, the Contractor shall notify the Employer by facsimile the full details of 
the  shipment  including  description  of  Goods,  quantity,  the  vessel,  the  bill  of  lading 
number  and  date,  port  of  loading,  date  of  shipment,  port  of  discharge,  etc.  The 
Contractor  shall  mail  or  courier  the  following  documents  in  two  copies  to  the  Supply 
Chain Manager:   
  The Contractors invoice showing Goods description, quantity, unit price, total 
amount; 
  Non-negotiable bill of lading; 
  Packing list identifying contents of each package; 
  Manufacturers/Contractors warranty certificate;   
43  
  Inspection  certificate  (Clean  Report  of  Findings)  issued  by  the  nominated 
inspection agency; 
  Contractors factory inspection report; and  
  Certificate of Origin.  
The  above  documents  shall  be  received  by  the  Employer  at  least  two  weeks  before 
arrival  of  Goods  at  the  port  and,  if  not  received,  the  Contractor  will  be  responsible  for 
any  consequent  expenses  (including  any  demurrage).  This  is  to  provide  time  to  obtain 
exemption for shipment.  
ADDRESSES  
The Equipment shall be marked with the following Shipping marks:-  
KENYA ELECTRICITY GENERATING COMPANY LIMITED 
ORDER No.------- (UPGRADING OF WANJII HYDRO POWER STATION) 
C/O KENGEN, NAIROBI - KENYA.  
Packing lists, inspection reports, material reports, etc as indicated above shall  be sent 
to:- 
THE SUPPLY CHAIN MANAGER 
KENYA ELECTRICITY GENERATING COMPANY LIMITED 
P.O. BOX 47936-00100 
NAIROBI, KENYA  
Tel: (254) (020) 3666000 
Fax: (254) (020) 3666200 
Email: 
[email protected]    PART III  APPENDIX TO TENDER  
[Note: with the exception of the items for which the Employers requirements have been 
inserted, the following information must be completed before the Tender is submitted]  
  ITEM  SUB-
CLAUSE 
ENTRY 
1.    Employers name 
and address 
1.1.2.2 & 
1.3 
The Kenya Electricity Generating 
Company Limited (KenGen) 
2.    Contractors name 
and address 
1.1.2.3 & 
1.3  
3.    Engineers name 
and Address 
1.1.2.4 & 
1.3 
KenGens Operation Manager  
name Mr. Francis Kawa 
4.    Time for Completion 
of the Works 
1.1.3.3  _____ days 
5.    Defects Notification 
Period 
1.1.3.7  365 DAYS 
6.    Electronic 
transmission 
1.3  Email and Fax   
44  
systems 
7.    Governing Law  1.4  Kenyan Law 
8.    Ruling Language  1.4  English 
9.    Language for 
communications 
1.4  English 
10.   Time for access to 
the site 
2.1  N/A 
11.   Amount of 
Performance 
Security 
4.2  10% of the Accepted Contract 
Amount, in the currencies and 
proportions in which the Contract 
Price is payable 
12.   Period for notifying 
unforeseeable 
errors, faults and 
defects in the 
Employers 
Requirements 
5.1  30 days 
13.   Normal working 
hours 
6.5  The  normal  working  hours  at  the 
site  are  between  7.30a.m  and 
5.00p.m  on  weekdays  (five  days 
per  week).  The  Contractor  may 
arrange  to  work  any  other  periods 
he  wishes  between  7.00a.m  and 
7.00p.m  to  meet  the  contract 
programme.  Work  outside  this 
period  and  weekend  or  public 
holiday  working  shall  only  be 
carried  out  where  specifically 
approved  by  the  Engineer.  Where 
the  Contractor  chooses  to  work  in 
excess  of  eight  hours  a  day  or  to 
work  at  weekends  there  shall  be 
no  additional  cost  added  to  the 
contract price. 
14.   Delay damages for 
the Works 
8.7 & 14.15 
(b) 
Delay  damages  for  the  Works  are 
USD 230/kW/year 
15.   Maximum amount of 
Delay damages 
8.7  The  maximum  amount  of  delay 
damages  shall  be  twenty  percent 
(20%) of the final Contract Price 
16.   Provisional sums  13.5 (b)  No provisional sums applicable 
17.   Adjustments for 
Change in Cost 
13.8  There  shall  be  no  adjustments  for 
changes in costs 
18.   Total advance 
payment 
14.2  10% of the Accepted Contract 
Amount 
19.   Number and timing 
of installments 
14.2  N/A  
20.   Currencies and 
proportions 
14.2   Maximum of three currencies plus 
the local currency 
21.   Start repayment of  14.2 (a)  With the first Interim Payment   
45  
advance payment  Certificate 
22.   Repayment 
amortization of 
advance payment 
14.2 (b)  25% 
23.   Percentage of 
retention 
14.3  10% 
24.   Limit of Retention 
Money 
14.3  5% of the Accepted Contract 
Amount 
25.   If sub-clause 14.5 
applies: 
Plant and Materials 
for payment when 
shipped en route to 
the Site 
14.5 (b)  N/A 
26.   If sub-clause 14.5 
applies: 
Plant and Materials 
for payment when 
delivered to the Site 
14.5 (c)  N/A 
27.   Minimum amount of 
Interim Payment 
Certificates 
14.6  N/A 
28.   Currency/currencies 
of payment 
14.15  Maximum of three currencies plus 
the local currency 
29.   Period for 
submission of 
insurance 
14.15  a)  Evidence of insurance  40 
days before commencement of 
site works 
b)  Relevant policies - 20 days 
before commencement of site 
works. 
30.   Maximum amount of 
deductibles for 
insurance of the 
Employers risks 
18.2 (d)  10% of policy total value 
) 
31.   Minimum amount of 
third party 
insurance 
18.3  110% of Accepted Contract 
Amount 
) 
32.   The DAB   20.2  Not Applicable 
33.   Appointment of DAB   20.3  Not Applicable             
46                                         
SECTION C  
SPECIFICATIONS       
47                    
PART I  
1.  GENERAL INFORMATION AND REQUIREMENTS  
1.0.  Introduction 
Wanjii  hydro  electric  power  plant  is  located  near  Muranga  town  approximately  90km 
from  Nairobi  and  comprises  four  horizontally  mounted  turbine  generators  with ratings 
of  2.7MW  each  for  units  1&2  and  1.0MW  each  for  units  3&4  giving  a  total  installed 
capacity  of  7.4MW.  The  plant  was  commissioned  in  1950  and  utilizes  water  from 
Mathioya river to the north of Muranga via an underground tunnel beneath Muranga 
town feeding Units 1&2 and an open channel and penstock from Maragua river feeding 
Units 3&4. Though the plant is still operational, the equipment is obsolete having been 
in operation for the last 60 years.  
The  Francis  type  runners  have  suffered  from  cavitation  and  numerous  bearing  wipes 
have occurred due to failures of governors to control the machines after sudden trips. 
The drainage system is poor and allows rain water back to the drainage pit. 
The  scope  of  work  will  include  supply  of  new  equipment,  dismantling  of  existing 
machines,  minor  modification  of  powerhouse  civil  works  to  accommodate  the  new 
equipment,  erection,  testing  and  commissioning  so  as  to  restore  the  plant  to  its 
optimum operating capacity.  
1.1.  Tender Bid Documentation By Tenderer  
The drawings and information to be submitted to the Client in accordance with the 
requirement of this clause shall cover the complete scope of work as defined by the 
specification and shall include, but not be limited, to the followings:-    
48  
General assembly drawings of the equipment to be supplied together with sufficient 
sub-assembly drawings, details, control and wiring diagrams to demonstrate fully that 
all parts will conform with the provisions and intent of the contract documents.  
General Schematic diagrams for the Equipment including inputs, outputs, alarms, 
interlocks, control logic, signal processing/flow etc.  
The Tenderer shall submit along with the tender bid a comprehensive work programme, 
showing all the activities and duration required, from tender award stage to full 
commissioning of the equipment.  
1.2.  Scope of Project  
The scope of works under this chapter shall include all works necessary for 
UPGRADING of Wanjii Hydro Power station.    
Generally the scope of work shall include: 
  Inspection of equipment at site 
  Final design  
  Manufacturing of equipment  
  Transportation and delivery to site 
  Dismantling of existing equipment. All the dismantled equipment 
shall be handed over to the employer.   
  Refurbishment of old equipment at site (embedded parts) 
  Site installation, erection, commissioning, and acceptance testing of 
equipments 
  Preparation of Operation and Maintenance Manuals 
  Training of Employers operating and maintenance staff 
  Supply of spare parts required for operation and maintenance as 
specified herein 
  Supply of maintenance equipment as specified herein 
  Field guarantee tests 
  Obligations in the 12 month guarantee period    
All works that are necessary for the execution of the project at site shall be the 
responsibility of the contractor.    
49   
1.3.  Existing Plant/Equipment Data  
Wanjii 1 & 2 
Characteristics:  
    Unit 1  2.7MW 
    Unit  2  2.7MW 
    Head    114.5m 
    Penstock pipe (each unit) - 1.07m internal diameter, 9mm thick 
Flow rate- 2.7cumecs per unit          
Voltage      -  11K V, 3Phase 
Frequency      -  50HZ 
Power Factor      -  0.85 Lagging 
Insulation Class    -  H 
Temperature rise class    -  B 
Ambient Temperature    -  26C 
Attitude - Portal valve    -  1235m ASL 
Altitude - Tailrace   -  1140m ASL 
Bearing Type D    -  Sleeve  Babbitt 
Bearing Type N    -  Sleeve - Babbitt   
Bearing Support    -  TBD or Pedestal   
Standards      -  IEC 
Protection Degree   -  1P 23 
Cooling Type      -  1C 01 
Speed      -  600 rpm 
Excitation      -  static for unit 1 and self for unit 2.  
Wanjii 3 &4 
Characteristics  
    Unit 3  1.0MW 
    Unit  4  1.0MW 
    Head    67.48m 
Penstock pipe (each unit) - 0.79m internal diameter, 9mm thick 
Flow rate  1.78cumecs  per unit     
Voltage      -  11K V, 3Phase 
Frequency      -  50HZ 
Power Factor    -  0.85 Lagging 
Insulation Class    -  H 
Temperature rise class  -  B 
Ambient Temperature  -  26C 
Altitude - Dam    -  1210m ASL 
Attitude - Tailrace   -  1140m ASL 
Bearing Type D    -  Sleeve  Babbitt 
Bearing Type N    -  Sleeve - Babbitt   
Bearing Support    -  TBD or Pedestal   
Standards        IEC 
Protection Degree          -  1P 23   
50  
Cooling Type    -  1C 01 
Speed             -  750 rpm 
Excitation      -  static for unit 4 and self for unit 3.   
1.4.  Operating Conditions 
The generators shall be operated in a network with other generators and be connected 
to the supply system network via generator breakers and 11/11 KV generator 
transformers. The system operates at frequencies of 50Hz.  
1.5.  Temperature and Humidity 
The equipment shall withstand, without impairing the component function, the 
following ambient conditions:  
Temperature range:   +5 
o 
C to +50 
o 
C 
Relative humidity:   85 % at 40 
O 
C  
The dew-point shall not be reached. If necessary, special measures shall be taken 
[cooling, fanning].  
1.6.  Standard and Codes 
The work shall conform to the applicable standards and codes of the authorities and 
technical organizations listed hereunder in their full and abbreviated titles, and of any 
that may be listed or referred to elsewhere in this document.  
This Specification shall have precedence and govern over all items listed below.  
1.6.1.  United States Sources 
American National Standards Institute (ANSI will also be used as the reference for 
standards issued formerly under USA and USAS)  ANSI. 
American Society of Mechanical Engineers Relevant Test Codes and Appendices  
ASME. 
American Society for Testing and Materials ASTM.  
1.6.2.  Other  Sources 
International organization for standardization. 
International Electro-technical Commission IEC. 
Japanese Industrial Standards  JIS. 
Japanese Electro-technical Commission  JEC. 
German DIN 
European standards [AEN] 
Equivalent standards in other jurisdictions may be quoted.  
The Contractor shall base the Tender on the applicable standards and codes, which are 
in effect at the time of submission of the Tender.   
The contractor shall indicate the applicable standard for all areas.    
51  
1.7.  Warranty 
The Contractor warrants that goods supplied under the Contract are brand 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 
Contractor further warrants that all Goods supplied under this Contract shall have no 
defect, arising from design, materials, or workmanship or from any act or omission of 
the Contractor, that may develop under normal use of the supplied Goods in the 
conditions prevailing in the country of final destination.  
This warranty shall remain valid for twelve (12) months after the Equipment, or any 
portion thereof as the case may be, have been commissioned and take over certificate 
signed by both parties.         
52    
PART II  
2. GENERAL TECHNICAL REQUIREMENTS  
2.0.  General Requirements 
The generating units and associated systems shall be designed to ensure continuity of 
operation under all working conditions and to facilitate inspection, maintenance and 
repairs.  All reasonable precautions shall be taken in the design of equipment to ensure 
safety of personnel concerned with the operation and maintenance of the equipment.  
All components shall be adequately rated/sized for their most onerous duty and the 
specified ambient temperature.  Due account shall be taken of any heat generated by 
the equipment therein and the components shall be appropriately selected, rated or de-
rated as necessary to suit the most onerous operating temperature within the 
equipment.  
All equipment/components to be supplied should have spares readily available when 
needed for the next 15 years after installation.  
All piping below 6'' diameter shall be in stainless steel for the cooling water and 
drainage systems. All piping shall be properly anchored and neatly arranged.   
2.1.  Engineering Services 
The contractor will study the existing penstocks, spiral casing and draft tubes as well 
as the specifications of the existing plant in order to design and size the new generating 
units.  
It is a requirement that the contractor design Engineer visit the site soon after the 
contract award to acquaint themselves with the plant location and gather the relevant 
technical aspects for the design phase.  
This works includes the engineering of layout of generating units and associated 
equipment.   
Drawings where available, and information relating to the plant will be made available 
to the contractor. Two client Engineers conversant with the plant operation will be 
attached to the contractor during the site visit.    
2.2.  Design Review After Award  
Within  five  weeks  after  contract  signature,  there  shall  be  design  review  meeting  to 
review  the  design  philosophy  of  the  power  plant.  The  meeting  shall  review  the  plant 
control, governor, excitation, protection, metering, generator, substation equipment and 
design, turbine and associated equipment, powerhouse auxiliaries, civil designs among   
53  
others.  Discussion  and  reviews  shall  form  the  basis  of  the  project  designs.  The  review 
period  shall  be  two  weeks.  The  meeting  shall  be  held  at  the  offices  of  the  bidder.  The 
bidder is expected to convene the project designers for the meeting. KenGen shall avail 
six  engineers,  and  shall  bear  the  cost  of  their  return  air  fare  up  to  the  nearest airport 
and  their  local  accommodation.  The  bidder  shall  bear  all  the  other  costs  associated  to 
the meeting.   
2.3.  Dismantling of Existing Equipment  
The contractor shall dismantle existing equipment and store at a yard provided by the 
client.   
2.4.  Installation and Commissioning Services  
The  Contractor  shall  do  the  installation  works  of  the  equipment  and  associated  parts 
and  commissioning.  Seven  KenGen  Staff  shall  be  attached  to  the  Contractor  during 
installation and commissioning for training on the works.   
The Contractor will make all materials, tools and equipment necessary for installation, 
testing  and  commissioning  of  the  works  available.  The  Client  will  be  responsible  for 
clearing  and  bonding  [with  Kenya  Customs  Department]  of  the  installation  and 
commissioning tools & equipment on receipt of Airway bill or Bill of Landing, list of tools 
&  equipment  with  serial  numbers,  PFI  [proforma  invoice  clearly  marked  Value  for 
Customs  Purposes  Only  and  must  show  the  price  of  each  tool  &  equipment  and 
extension thereof ]. The Contractor shall meet the cost of shipment in his country while 
the Client will meet the cost of return shipment in Kenya.  
The contractor shall indicate the period required at site to install and commission the 
generating units.  
The tests and commissioning will be performed according to standard test procedures. 
Four Clients Engineers will be available during the commissioning period.    
  Electrical Works  
Contractor  shall  furnish  all  electrical  materials  (including  cables)  and  perform  all  the 
electrical works.  
Cables  shall  be  neatly  arranged,  well  supported  and  labelled  at  the  glanding  or 
termination  point.  Cables  shall  be  the  armoured  types  that  cannot  be  easily  damaged 
during maintenance works. 
All the control wires shall be clearly labeled by use of oil resistant materials.  
  Civil Works  
The  Contractor  shall  perform  any  civil  works  associated  with  the  installation  of  the 
generating units, auxiliary systems and equipment.     
54  
Before  installation  of  the  new  units  the  contractor  shall  break  the  concrete  above  the 
tailrace  stop-logs  slots  for  each  of  the  units  and  also  supply  and  install  wooden  stop 
logs to completely seal against the tail water.   
  Health, Safety and Environment  
Health and Welfare  
The Contractor shall be responsible for health and welfare of expatriate staff 
and other workers apart from those seconded to him by the Employer.  
The Contractor shall arrange for and ensure that first aid is given immediately 
upon the occurrence of any accident on the Site. For more serious cases the 
patients should be sent to hospital in Nairobi, Thika or Muranga.  
Safety Measures  
The Contractor shall be responsible for the safety of all his employees and workmen or 
other persons in his service or under his responsibility entering the Works and shall, at 
his own expense (where not otherwise stated), and to the approval of the Engineer; take 
all measures necessary to ensure their safety.  Reference in these respects is made to 
the Conditions of Contract, but in particular such measures shall include, but not be 
limited to, the following:  
     a)  Provision of proper safety and emergency regulations; fire, gas and electric 
shock prevention, stretchers and first aid boxes, together with rescue facilities 
generally, for each place of working  
     b)  Provision of efficient safety gear for all personnel and any authorised 
visitors to the Site  
     c)  Provision and maintenance of safe, sound ropes, slings, pulleys and other 
lifting tackle; each appliance having a valid testing certificate where 
appropriate  
     d)  Provision of good and safe access to any part of his Works  
The Contractor shall submit for the approval of the Engineer detailed proposals under 
article a) above.  When the regulations have been approved and before the work is 
started the Contractor shall distribute copies in English to all his employees and to the 
Engineer.  
The Contractor shall ensure that all his employees are fully conversant with the 
regulations, emergency and rescue procedures, etc., and the Contractor shall enforce 
the rule that any employee committing a serious breach of such regulations shall be 
instantly dismissed and shall not be re-employed.  
Following the immediate treatment of the injured, the Contractor shall within 24 hours 
of the occurrence of any accident at the Site or in connection with the execution of the   
55  
Works report such accident to the Engineer's Representative.  The Contractor shall also 
report such accident to the competent authority, wherever such report is required by 
law. 
The contractor shall have a safety officer and a qualified first aider among his site staff.  
Environment  
  The  employer  shall  apply  on  behalf  of  the  contractor  for  an    EIA  license  from 
National Environmental Management Authority (NEMA.)   
  Contractor  shall  develop  and  provide  a  comprehensive  environmental 
management  plan  (EMP)  in  line  with  Environmental  Management  coordination 
act  1999  and  the  related  regulations  30  days  before  commencement  of  site 
works.   The  EMP  will   entail  detailed  descriptions  of  the  anticipated 
environmental  impacts  and  management  measures  to  mitigate,  reduce  or 
eliminate  the  adverse  negative  effects  and  enhance  the  positive  impacts  of  the 
project during the entire project period.  
  The  employer  will  use  the  contractors  EMP  to  develop  an  environmental 
monitoring  program.  Monitoring  will  involve  measurements,  observations, 
evaluations, assessment and reporting on the environmental and socio-economic 
impact indicators during construction, operation and decommissioning.  
2.5.  Instruction/Training on Site for maintenance and test procedures.  
During the installation and commissioning periods, the Contractor shall give on the job 
instruction /training to the client engineers using the commissioning 
engineer/supervisor employed on the contract works.  
The Contractors Engineer/supervisor shall train the clients engineers in such 
disciplines as;  
  Maintenance and test procedures and techniques on the Equipment using 
test equipment provided by contractor.  
  Operational techniques relative to the Equipment both for local and remote 
operation as appropriate.  
  Step by step procedure in pre-commissioning and commissioning of the 
Equipment into operation.  
The contractor shall document a detailed maintenance procedure for the generating 
units and hand over to the client for use during plant maintenance. The contractor 
shall furnish all equipment that is necessary for test and maintenance of the supplied 
generating units.   
2.6.  Project: Work Program    
56  
Within one month after the Date of tender award, four [4] copies of the work schedule 
shall be prepared in the form of a Critical Path Method Network, covering the design, 
manufacture, delivery, installation, testing and commissioning of the Works, in 
sufficient detail defining the various sections of the Works, including parts to be 
supplied by the Contractor. The program shall be prepared by the Contractor and shall 
be submitted to the Client for approval.  
In formulating the work program, the Contractor shall take into account the following 
activities, to be undertaken by the Client:-  
  Clearing from port of entry and delivering of the new equipment to site. 
  Clearing and bonding of the installation and commissioning tools & 
equipment.  
Upon approval of the schedule by the Client, it should thereafter be referred to as the 
Approved Construction Programme and shall become a part of the Contract.  
In executing the Approved Construction Program of this Contract, the Contractor shall 
co-operate with the Client in order to effect the timely completion of the works as a 
whole.    
2.7.  Drawings and Data to be Supplied by the Contractor after Tender Award  
2.6.1Dimensions  
All drawings are to be dimensioned using metric units. All documentation shall be 
provided in English language. Drawings shall have a KenGen identification number 
structured as below.  
KGN-WAJ-GEN-XXXX - Generator 
KGN-WAJ-TUR-XXXX - Turbine 
KGN-WAJ-GOV-XXXX - Governor 
KGN-WAJ-EXT-XXXX - Excitation 
KGN-WAJ-TXS-XXXX - Transformers  
Etc where XXXX is a numeric number starting from 0001. This can further be 
discussed and agreed on during the preliminary design.  
2.6.2 Drawings approvals  
During the design stage, the contractor shall send drawings to the client for approval 
and comments. 
A copy of each drawing and item of data will be returned to the Contractor marked 
Approved, or Approved as noted, or Not Approved.  
Drawings and data requiring revision shall be promptly dealt with and resubmitted as 
aforementioned.  Thereafter, changes shall NOT be made in the Contractors drawing   
57  
without written permission of the Client Engineer.  The above procedure shall be 
repeated for all authorized changes.  
All drawings and data supplied by the Contractor subsequent to the date of contract, 
which cover changes in the work, extra work, or which supplement existing drawings 
and data shall, upon approval by the Client Engineer, form part of the contract 
documents.  
To expedite the delivery and return of the required drawings, scanned drawings shall be 
used and sent to the following KenGen E-mail addresses 
[email protected] c.c:- 
[email protected] [email protected] [email protected] [email protected] [email protected]  The work shall be in accordance with the approved drawings and data and shall not be 
commenced until such approval has been obtained.  Subsequent changes contemplated 
by the Contractor shall be indicated on revised drawings and data resubmitted for 
approval.  The Contractor shall make any changes in the design which are considered 
necessary to make the work conform to the provisions and intent of the specification 
without additional cost to KenGen.  
Approval of the Contractors drawings and data shall in no way construe or imply relief 
of the Contractor from responsibility for any error or omission therein or from any 
obligation under the Contract.  
2.6.3 Drawings  Requirements  
Before starting manufacture of the equipment, dimensioned drawings and data showing 
all significant details of the equipment and materials to be used shall be submitted 
simultaneously to the Client for approval.  
These drawings shall be submitted within the times mentioned here under from the 
Date of tender award.  Time shall be allowed to permit changes to be made if required 
by the Client.  The drawings shall be modified as necessary if requested by the Client, 
and resubmitted for final approval.  
When the Contractor prepares his work program, as required herein, he shall make 
allowance for the drawing approval time and indicate it on the program.  A period of at 
least four weeks should be allowed for such approval.  Claims or extensions of time will 
not be approved if they are related to the late submission of drawings to the Client.   
The Contractor shall supply the drawings to the Client, as indicated below.  
Drawings for approval    2 Copies 
Approved drawings    1 Copy   
58   
It is to be understood, however, that approval of the drawings will not relieve the 
Contractor of any responsibility in connection with the work.  
All drawing submitted for approval or sent to the Client for any other reason may be 
sent by courier or e-mail.  
After all items of the work have been manufactured and erected, complete sets of prints 
and softcopies of the AS BUILT drawings shall be furnished as indicated below.  
  Complete set of Soft copies [reproducible in the original software [not PDF format] 
-1 Set 
  One license for the original drawing software shall be provided 
  Complete set of bound prints      4 sets  
The Contractor shall provide the following drawings and information within the first two 
months after the Date of tender award.  
  Preliminary design of the generating units 
  Preliminary arrangement (location) drawings of the major components of 
the generating units.  
2.6.4 Test Procedure Instructions  
The Contractor shall prepare and execute a testing program which will establish that 
specified requirements have been met and that the items furnished and installed will 
perform as specified and required.  
The Contractor shall submit to the Client for approval, during or immediately following 
the submission of drawings, testing programs describing each test to be performed 
during factory acceptance tests (FAT), site commissioning and performance tests.  The 
program shall establish the sequence of the tests, the equipment preparation and 
operation procedures to be followed and the detailed procedure for conducting each 
test.  The program shall also contain performance guarantees, design values, technical 
particulars, or other criteria for the evaluation of each test.  These programs shall be 
submitted for approval and distributed in the same manner as the drawings.  
2.8.  Attendance of clients personnel at factory tests and training.  
The Contractor shall arrange for Clients engineers or staff members to witness tests of 
the following systems in the Contractor manufacturing plant.  
  Turbine 
  Generator. 
  Transformers and Switchgears 
  Excitation 
  Governor 
  Protection 
  Controls    
59  
The Contractor shall submit the instruction for training and factory acceptance tests 
with the schedule.  After approval by the Client, the Contractor shall invite the Clients 
engineers and provide training (at least 1 weeks period) at manufacturers plant for 
them during manufacturing, in order to erect, operate the equipment, maintain and 
carry out future modifications (software) successfully.  
The above two tasks shall be arranged to follow each other and the training to precede 
the factory acceptance tests. Two clients Engineers shall attend the training and FAT 
for each system.   
Necessary expenses including international/internal air ticket cost between 
Contractors manufacturing facilities, inland travel charges in the Contractors country 
shall be included in the Tender.  
The Client will be responsible for the round-trip airfares between Kenya and the 
Contractors country, accommodation and all out of pocket expenses.  
2.9.  Accommodation & Transport for Contractors Employee.  
The contractor shall provide accommodation and transport for his employees.  
2.10. Site Facilities  
The Client shall avail a site for the contractor to put up offices, stores and workshops as 
necessary for use during the course of the contract. The contractor shall be responsible 
for removal of all temporary structures put up for the purposes of the project as 
directed by the engineer.  
The contractor shall make arrangements for utilities (power, water, security, cleaning 
services etc) with the respective providers (Kenya Power, Muranga Water and Sewerage 
Services etc) during the entire project implementation period.   
2.11. Maintenance Equipment  
All maintenance and test equipment required shall be included in the price schedule 
and will be handed over to the client in good order on completion of commissioning 
tests. This shall include but not limited to:- 
  All software used(PLC, governor, AVR Protection Relays, HMI software and 
programs etc) 
  Two laptops installed with above softwares  
  Necessary licenses  
  Hardware connections necessary to connect the programming laptop to the 
programmable devices supplied. 
  Protection relay test blocks. 
  Phasing out sticks rated at 33KV 
  Pressure calibration equipment 
  Nitrogen charging kit 
  Rigging equipment e.g. slings, eyebolts, shackles.   
60  
  Special spanners 
  Oil Centrifuge rated at 400 litres per hour accompanied by the necessary 
recommended spares. 
  Any other special equipment necessary for maintenance.  
2.12. Operating and Instruction Manuals  
The documentation shall be written in English language. This shall contain:-  
Introduction, overall operating philosophy, operating conditions, detailed description of 
the  equipment,  emergency  procedures,  description  of  equipment  arrangement 
schematics,  design  calculations,  maintenance  and  test  instructions/procedures, 
installation  instructions,  wiring  drawings,  Schematics  drawings  and  mechanical 
assembly drawings.  
Four  sets  of  printed  and  well  bound  manuals  and  one  soft  copy  in  a  CD  shall  be 
provided:-  
The manuals in hard cover shall contain:-  
  Equipment  overall  design,  specific  and  special  features  of  design  including 
descriptive  drawings  where  practicable,  schematic  diagram  including  block 
diagrams,  list  of  internal  material,  connection  and  terminal  list,  equipment  and 
components dimensional drawing and control diagram. 
  Complete  operating  instructions  including  precautions  and  critical  points  to  be 
observed,  including  suggested  forms  to  be  used  in  taking  periodic  readings  to 
maintain  operations  records.    There  shall  be  a  tabulation  of  possible  operating 
difficulties with the probable causes listed and remedial action to be undertaken 
for each one.  
  Design  Data  for  the  equipment  specifying  power,  kilowatts,  voltage,  amperage, 
temperature, flow. etc. characteristic curves for the equipment. 
  Complete  instructions  for  ordering  replacement  parts  in  a  manner  that  would 
prevent  errors  or  misunderstanding.    Recommended  forms  for  tabulating 
replacement  part  information  and  instructions  for  returning  materials  to  the 
factory shall be included.  
Test reports:  
Factory test report (FAT), site acceptance tests (SAT) and commissioning report shall be 
included  in  the  final  documentation.  This  shall  include  but  not  limited  to:  -  plotted 
characteristic  curves  during  commissioning,  set  points  for  various  parameters, 
instrumentation set points, alarm and trip set points etc.  
As  Built  Drawings  and  Commissioning  test  report  shall  be  submitted  2  months  after 
commissioning.  
2.13. Twelve Months Warranty Period    
61  
It is a condition of this contract that all malfunctioning items during the warranty 
period, to start after issue date of Take Over Certificate, shall be replaced by the 
Contractor at his own cost provided that defects are not as a result of the Clients 
negligence.        
PART III 
TECHNICAL SPECIFICATIONS  
 SCOPE OF WORK 
 SPECIFICATION FOR THE NEW PLANT 
1.1. General  
This section covers the requirements for performance and the detailed specification for 
the design, manufacture, delivery, erection, commissioning and testing of the four new 
hydraulic  turbines  that  shall  be  supplied  in  accordance  with  this  specification.  The 
units  shall  be  particularly  designed  based  on  latest  technology  and  for  minimum 
maintenance and minimum outage time for maintenance and repair.  
1.2. Description of Plant 
This  section  specifies  the  detailed  requirements  for  the  design,  manufacture,  supply, 
erection and commissioning of the following plant:  
Two horizontal shaft Francis turbines on Mathioya River each with an output of not less 
than  2.7  MW,  complete  with  governor,  instrumentation,  auxiliary  piping  and  valves, 
holding  down  bolts  and  other  ancillary  items  for  a  new  unit  or  associated  with  a  new 
unit.  
Two horizontal shaft Francis turbines on Maragua River each with an output of not less 
than  1  MW,  complete  with  governor,  instrumentation,  auxiliary  piping  and  valves, 
holding  down  bolts  and  other  ancillary  items  for  a  new  unit  or  associated  with  a  new 
unit.  
The water turbines will be fed from the existing penstocks and the inlet valves will be of 
the modern type. 
The turbine draft tube bend will connect to an existing draft tube discharging into the 
tailrace. 
This  specification  provides  for  the  implementation  of  new  turbines  and  associated 
equipment. 
The new plant will be designed such that the new machines will fit into the existing civil 
works including the penstocks, tunnels to avoid changing the water ways and expensive 
civil  works.  The  contractor  will  however  inspect  and  ascertain  the  integrity  of  the  civil 
works and take necessary remedial works to the satisfaction of the engineer.   
62   
These  are  general  guidelines  and  the  contractor  shall  demonstrate  beyond  doubt  the 
capability  of  the  machines  and  the  output  shall  be  guaranteed.  The  output  so 
determined  will  be  criteria  for  evaluation  but  shall  in  any  case  not  be  lower  than  that 
stated in the specifications.  
The turbines shall be of the horizontal shaft, fixed blade propeller type and suitable for 
control  by  an  electro  hydraulic  governor.  They  shall  be  normally  rated  for  the  outputs 
given above when operating under net head and shall be suitable for direct connection 
to a 50Hz, 3 phase generator of the salient pole rotating field type, adequately specified 
at 0.85 power factor.   
The  employer  shall  undertake  partial  repairs  of  Mathioya  tunnel  which  will  involve 
clearing  of  debris  restricting  water  flow  through  the  tunnel  and  installation  of  rock 
support  bolts  and  netting  on  a  few  identified  areas.  Tunnel  inspection  reports  of  1981 
and 2012 may be availed on request.   
1.3. Employers requirements for new machines on Mathioya penstock  
1.3.1 Turbine ; Supply and install two new horizontal Francis turbines units with  
    minimum output of 2.7MW each to connect to the existing draft tube cone  
    and the MIV upstream flange complete with the following; 
1.3.1.1  Spiral casing with necessary relief valves. 
1.3.1.2  Draft tube elbow connected to the embedded part and the outlet cover of 
the spiral casing, 
1.3.1.3  Stainless steel runners with integral wearing rings. The wearing rings shall 
have a hardness of at least 50 Brinell points higher than the stationary wearing 
rings. 
1.3.1.4  Oil lubricated babbitted bearings or acceptable alternatives. The employer 
would prefer external oil coolers. 
1.3.1.5  Distributor complete with inlet and outlet covers, stainless steel guide 
vanes, regulating ring, links, greaseless bearings, friction /breaking elements and 
servomotors. Regulating ring shall be equipped with manual and automatic locks 
whose position will be monitored with limit switches. 
1.3.1.6  The machine shaft shall be in two sections: Turbine shaft complete with the 
thrust collar and the generator rotor shaft. Turbine shaft shall have an approved 
method of coupling to the runner that allows interchangeability of the runner.  
1.3.1.7  Robust shaft seal that will perform well in a muddy water environment 
complete with its cooling water system. To include a split stainless steel shaft seal 
sleeve, depending on the design offered. Should also be easy to replace. 
1.3.1.8  Governor comprising of a Numeric electronic control unit, high pressure 
hydraulic power unit (HPU) and nitrogen filled accumulator. Detailed 
requirements under annex 1. 
1.3.1.9  Cooling water system with two hydro cyclones for the station, one for each 
penstock, connected to a common header, supplying the cooling system through 
duplex filters for each unit/machine. The hydro cyclones and cooling water 
system for each unit shall include appropriate isolation valves. Instrumentation 
shall be provided to monitor the water flow rate, inlet and outlet temperatures 
and pressures in the cooling system for each unit. Each hydro cyclone and duplex 
filters should have two pressure gauges and two sensors (with 4-20mA output)   
63  
monitoring inlet and outlet pressures.  All pipes less than 6" diameter shall be in 
stainless steel. 
1.3.1.10  Instrumentation including RTDs, dial thermometers with contacts for alarm 
and trip, pressure gauges, flow meters, flow switches, level switches, pressure 
switches and transducers. Detailed requirements under annex 2. 
1.3.1.11  Replace the embedded section of penstock lying between the MIV and the 
Spiral casing.  
1.3.1.12  Turbine Main Inlet Valves (MIV) complete with counter weight, hydraulic 
bypass valve and a high pressure oil control system. The bypass valve shall have 
two isolating valves. The MIV and bypass valve shall be monitored for position 
and travel. 
1.3.1.13  Technical performance guarantees will include; 
(i) Guaranteed turbine output 
(ii) Cavitation guarantee  
(iii) Turbine efficiencies 
(iv) Safe operating range  
1.3.2 Portal Valve; 
Option 1: Fitting of a new hydraulically operated portal valve on the Mathioya 
penstock. The valve shall be complete with counter weight, hydraulic bypass 
valve, air release valve and a high pressure oil control system. The valves shall be 
monitored for position and travel. 
Option 2: UPGRADING of the existing portal valve shall include:  
  Non destructive tests on valve body and the gate. 
  Replacement of the counter weight,  
  Replacement of the seals and sealing surfaces,  
  Trunnion bearings (shall be greaseless of either deva metal or teflon),  
  Supply and installation of servo motors,  
  Supply and installation of HPU, accumulator complete with the control 
system for the portal valve and the by-pass valve operation. 
  Supply and installation of a hydraulically operated by-pass valve with 
manual isolation valve on the upstream side. 
  Replace the existing air relief and scour valves of a similar size and rating.  
  Control of portal valve: The control of the valve shall be done at local and 
remote 
o  Local control  provide push buttons for Open, Close and their 
indications. 
o  Remote  remote control shall be provided in the scada. 
o  Instruments - pressure sensors shall be installed upstream and 
downstream of the portal valve with their local gauges. The sensors 
shall be used for interlocking the controls of the portal valve.    
1.3.3 Generator 
1.3.3.1  Two 3-phase generators rated at 11KV, 50Hz, 0.85 power factor and with 
MVA rating adequate to evacuate the turbine power in 1.3.1 above. Insulation 
class F and appropriate cooling system. If water coolers are used, they shall be in 
stainless steel. 
1.3.3.2  Direct connected static excitation system with AVR, excitation transformer 
(copper winding) and field suppression equipment as detailed in annex 4.   
64  
1.3.3.3  CO2 Fire detection and suppression system. 
1.3.3.4  Instrumentation including RTDs, mercury thermometers, pressure gauges, 
flow meters, flow switches, level switches, pressure switches and transducers. 
Detailed specifications under annex 2. 
1.3.3.5  Oil lubricated bearings with external stainless steel coolers.  
1.3.3.6  Generator shall be earthed through appropriate earthing system. 
1.3.3.7  Hydraulically operated braking system with automatic controls. Brakes will 
be monitored for position. The brakes shall be applied at an appropriate speed 
determined by the designer. The brake controls shall be interlocked electrically 
with the position of the synchronizing breaker and the set speed.  
1.3.4 Unit control and SCADA system 
1.3.4.1  Unit  PLC  panel.  PLC  shall  be  either  Schneider  Electric  or  Siemens  for 
compatibility  with  others  installed  in  KenGen  Power  Plants.  Detailed 
requirements are under annex 3. 
1.3.4.2  Manual  control  facility  at  each  system/equipment  i.e  governor,  MIV, 
excitation, auxiliaries 
1.3.4.3  Synchronizing  system  comprising  of  synchro-check,  synchronizing  relay, 
double frequency meter, double voltage meter and discrepancy switch all to 
be  mounted  on  each  unit  PLC  panel.  To  have  manual  and  auto 
synchronizing. 
1.3.4.4  Remote  facility  for  control  from  Tana  Power  Station  complete  with 
microwave  radio  link  between  Wanjii  and  Tana.  Detailed  specifications  are 
under annex 3. 
1.3.4.5  Real  time  dam  level  monitoring,  intake  gate  position  and  power  supply  for 
both rivers shall be provided.  
1.3.5 Machine Breakers, Protection and Metering equipment 
1.3.5.1  Properly rated Machine breakers as per specifications under Annex 5. 
1.3.5.2  Protection relays for the generator and feeders to suit the new equipments. 
Interface alarms and trips to the control system.  Specifications under 
Annex 5. 
1.3.5.3  New main and back up metering equipment of class 0.5. Main and backup 
meters shall have separate CT and VT cores of class 0.5. Specifications 
under Annex 7.  
1.4  Requirements of new machines on Maragua penstock 
1.4.1 Turbine 
Supply and install two new horizontal Francis turbines units with a minimum 
output of 1MW each to connect to the existing draft tube cone and the MIV 
upstream flange complete with the following; 
1.4.1.1  Spiral casing with necessary relief valves. 
1.4.1.2  Stainless steel runners with integral wearing rings. The wearing rings shall 
have a hardness of at least 50 Brinell points higher than the stationary 
wearing rings. 
1.4.1.3  Draft tube elbow connected to the embedded part and the outlet cover of 
the spiral casing, 
1.4.1.4  Oil lubricated babbitted bearings or acceptable alternative. The employer 
would prefer external oil coolers.    
65  
1.4.1.5  Distributor complete with inlet and outlet covers, stainless steel guide 
vanes, regulating ring, links, greaseless bearings, friction /breaking 
elements and servomotors. Regulating ring shall be equipped with manual 
and automatic locks whose position will be monitored with limit switches. 
1.4.1.6  The machine shaft shall be in two sections: Turbine shaft complete with the 
thrust collar and the generator rotor shaft. Turbine shaft shall have an 
approved method of coupling to the runner that allows interchangeability of 
the runner.   
1.4.1.7  Robust shaft seal that will perform well in a muddy water environment 
complete with it's cooling water system. To include a split stainless steel 
shaft seal sleeve, depending on the design offered. Should also be easy to 
replace. 
1.4.1.8  Governor comprising of a Numeric electronic control unit, hydraulic power 
unit (HPU) and accumulator. Detailed requirements under annex 1. 
1.4.1.9  Cooling water system with two hydro cyclones for the station, one for each 
penstock, connected to a common header, supplying the cooling system 
through duplex filters for each unit/machine. The hydro cyclones and 
cooling water system for each unit shall include appropriate isolation 
valves. Instrumentation shall be provided to monitor the water flow rate, 
inlet and outlet temperatures and pressures in the cooling system for each 
unit. Each hydro cyclone and duplex filters should have two pressure 
gauges and two sensors (with 4-20mA output) monitoring inlet and outlet 
pressures.  All pipes less than 6" diameter shall be in stainless steel.  
1.4.1.10  Instrumentation including RTDs, dial thermometers with contacts for alarm 
and trip, pressure gauges, flow meters, flow switches, level switches, 
pressure switches and transducers. Detailed requirements under annex 2. 
1.4.1.11  Replace the embedded section of penstock lying between the MIV and the 
Spiral casing.  
1.4.1.12  Turbine Main Inlet Valves (MIV) complete with counter weight, hydraulic 
bypass valve and a high pressure oil control system. The bypass valve shall 
have two isolating valves. The MIV and bypass valve shall be monitored for 
position and travel. 
1.4.1.13  Technical performance guarantees will include; 
(i) Guaranteed turbine output 
(ii) Cavitation guarantee  
(iii) Turbine efficiencies 
(iv) Safe operating range    
1.4.2 Generator 
1.4.2.1  Two 3 phase generators rated at 11KV, 50Hz, 0.85 power factor and with 
MVA rating adequate to evacuate the turbine power in 1.4.1 above. 
Insulation class F and appropriate cooling system. If water coolers are 
used, they shall be in stainless steel. 
1.4.2.2  Direct connected static excitation system with AVR, excitation transformer 
(copper winding) and field suppression equipment as detailed in annex 4. 
1.4.2.3  CO2 Fire detection and suppression system.   
66  
1.4.2.4  Instrumentation including RTDs, mercury thermometers, pressure gauges, 
flow meters, flow switches, level switches, pressure switches and 
transducers. Detailed specifications under annex 2. 
1.4.2.5  Oil lubricated bearings with external stainless steel coolers. 
1.4.2.6  Generator shall be earthed through appropriate earthing system. 
1.4.2.7  Hydraulically operated braking system with automatic controls. Brakes will 
be monitored for position. The brakes shall be applied at an appropriate 
speed determined by the designer. The brake controls shall be interlocked 
electrically with the position of the synchronizing breaker and the set 
speed.  
1.4.3 Unit control and SCADA system 
1.4.3.1  Unit PLC panel. PLC shall be either Schneider Electric or Siemens for 
compatibility with others installed in KenGen Power Plants. Specifications 
are detailed under annex 3. 
1.4.3.2  Manual control facility at each system/equipment i.e governor, MIV, 
excitation, auxiliaries 
1.4.3.3  Synchronizing system comprising of synchro-check, synchronizing relay, 
double frequency meter, double voltage meter and discrepancy switch all to 
be mounted on each unit PLC panel. To have manual and auto 
synchronizing. 
1.4.3.4  Remote facility for control from Tana power station through a microwave 
point-to-point radio link between Wanjii Control room and Tana Control 
room as specified in appendix 3.  
1.4.3.5  Real time dam level monitoring, intake gate position and power supply for 
both rivers shall be provided.  
1.4.4 Machine Breakers, Protection and Metering System  
1.4.4.1  Properly  rated  Machine  breakers  as  per specifications  under  Annex  5.  The 
existing 11 kV switch boards shall not be reused. 
1.4.4.2  Protection relays for the generator and feeders to suit the new equipments. 
Interface  alarms  and  trips  to  the  control  system.    Specifications  under 
Annex 6. 
1.4.4.3  New main and back up metering equipment of class 0.2. Main and backup 
meters  shall  have  separate  CT  and  VT  cores  of  class  0.2.  Specifications 
under Annex 7.  
1.5  Requirements for the common equipment  
1.5.1 Switch yard equipment  
 The associated equipment is detailed in annex 6.   
1.5.1.1 - Generator Transformers      
67  
Two generator transformers of 11/11KV delta-star configuration shall be delivered and 
installed. The MVA rating of each transformer shall be sufficient to handle full load for 
two machines on Mathioya River and one machine on Maragua River.  
 1.5.1.2 There shall be isolators on the busbar side of the transformers.  
1.5.1.3 11/0.415KV Station transformer with associated isolators.  
Detailed requirements of switch yard equipment are under annex 6. Layout drawings of 
the substation shall be submitted in good time to the employer for detailed design and 
construction of civil works under separate contract.  
1.5.2 415V Switchboard  
1.5.2.1  415V switch board with an automatic change over between the station 
transformer, alternative supply transformer and diesel generator. Each 415V 
incomer shall be metered. Detailed requirements under annex 8. 
1.5.2.2  Each 415V incomer shall be metered.  
1.5.2.3  The two machines on each river shall be provided with one Motor Control 
Center (MCC). 
1.5.2.4  One MCC for all common auxiliaries.  
1.5.3 Cabling  
1.5.3.1  New Power and Control cables will be provided for all installations. Cable 
shall be XLPE for power cables while control cables shall have steel armour.  
1.5.4 DC equipment  
1.5.4.1  The contractor shall supply install, test and commission a high 
performance stationary 110V DC battery bank, distribution board and 
battery charger. The battery bank shall be sized to supply the loads for 
10hrs, with a minimum rating of 150Ah. The battery bank shall be of lead-
acid vented plante type. The bank shall have 55 battery cells installed on a 
suitable rack, and a nominal voltage of 2.2V DC per cell. All necessary 
accessories shall be supplied. The battery bank supplied shall comply to 
IEC 60896-11 and any other applicable parts. During commissioning, a 
discharge test shall be carried out for 10hrs, with an end-of-discharge 
voltage per cell of 1.85V 
The battery charger shall have float and boost charging functions. The 
battery charger shall supply the loads as well as charge the battery bank.   
There shall be  
  analog voltmeter and ammeter for the power supply to the charger,  
  analog voltmeter and ammeter for the distribution board and the 
charger output 
  LED alarm fascia for the battery charge, distribution board and the 
battery bank   
68   
1.5.5 Earthing  
1.5.5.1  Install new earthing system for powerhouse and switch yard.   
1.5.5.2  Design and install lightening arrestor system in the switchyard.  
1.5.6 Winch  
1.5.6.1  Replace  with  new  the  winch  system  capable  of  handling  the  weight  of 
heaviest  part  of  the  new  machines  with  a  safety  rating  of  1.5.  This  will  include 
new  controls,  motors,  drives,  steel  ropes,  2  trolley  cars  (passenger  (12  no.)  and 
cargo)  and  new  rail  steel  sleepers.  The  old  rails  shall  be  inspected  and  remedial 
measures taken. Controls shall be located in the cabins with the necessary safety 
interlocks.  Safety  measures  shall  include  emergency  braking  to  be  activated  by 
over speed, sudden loss of power or any other acceptable method. The contractor 
shall provide a 1.0m diameter culvert below the rails to allow the laying of cables 
between  the  powerhouse  and  substation  at  a  location  identified  by  the  engineer. 
The tenderer should attach specifications of the replacement winch.   
The ratings of the existing winch system wire ropes are detailed below.     
Passenger Trolley.  
1.  Nominal diameter of the wire rope 19mm. 
2.  Length of the wire rope 840meters, continuous length. 
3.  Maximum braking load at 1770N/mm
2
 - 23.10Tons. 
Cargo Trolley.   
1.  Nominal wire rope diameter 28mm 
2.  Length of the wire rope 840meters continuous length. 
3.  Maximum braking load at 1770N/mm
2
  - 50.04 Tons 
1.5.7 Diesel Generator  
1.5.7.1  150KVA  Diesel  generator  inter-phased  to  the  415V  Switch  board.  The 
generator  shall  be  located  outdoors  and  housed  in  weather  resistant  enclosure 
with sound proofing and appropriate ventilation.  
1.5.8 Drainage and Dewatering System  
1.5.8.1  Pump controls: the control of main dewatering pumps shall be in two levels: 
local and automatic. Local control shall have start/stop push buttons for manual 
control  of  the  pumps  at  local  position.  Automatic  controls  shall  be  via  level 
switches. The float switches shall include low level switch for stopping the pumps, 
start duty pump, start standby pump, pit level high (alarm) and pit level too high 
(trip  all  units    station  shutdown).  The  functions  shall  be  monitored  in  the   
69  
SCADA  system.  A  transducer  for  continuous  level  monitoring  shall  be  installed 
and connected to the SCADA system.  The level indication in the  SCADA screens 
shall be in meters above sea level (mASL).   
1.5.9 Integration and Configuration of SCADA at Tana Power Station  
There shall be control of the Wanjii units from Tana control centre as in annex 3. 
A remote control facility shall be established, installed and commissioned at Tana 
control room for full control and monitoring of Wanjii power station. This shall be 
integrated  to  the  existing  control  system  at  Tana  at  the  time  of  installation.  The 
contractor shall cost the configuration works separately. The existing controls at 
Tana were supplied by NEDA Industrial Group. KenGen is also in the process of 
establishing a Central Dispatch Centre which may come up with new controls.  
1.6  Mandatory Spares  
The contractor shall provide mandatory spares as detailed in schedules attached.   
2.1.  Inspection and testing at factory and site.  
  Factory tests 
All components of the generating equipments and auxiliaries shall be tested in 
accordance with the relevant IEC Standards to verify compliance with the requirements 
of the Standards and Specification.  
The client shall witness the factory tests.  
The equipments shall have functional tests carried out at the factory before dispatch to 
prove that all components operate together as a system and that all functions and 
device responses are satisfactory.  It shall be the responsibility of the Contractor to 
provide test boxes and other test equipment for sufficiently comprehensive tests.  
The test protocols and procedures shall be submitted to the client for review and 
approval.  
SHOP TESTS  
Shop Assembly 
Each turbine shall be assembled or sub-assembled in the shop to verify the design, 
construction and machining for proper alignment, fits and clearances. Parts shall be 
properly match marked, identified, and doweled to ensure correct assembly and 
alignment on site except that, where necessary, suitable dowels shall be furnished for 
insertion after site assembly.  
Shop Tests 
Further to the tests and checks specified elsewhere, the following tests, checks, 
examinations, inspections etc shall be carried out in the manufacturers shop, whereby 
if required, further tests, checks, examinations, inspections shall be at the description 
of the Client representative.   
70  
Tests on unfinished and semi finished components. 
  Magnaflux inspection and ultrasonic examination of the rough machined 
runners. 
  Magnaflux inspection and ultrasonic examination of the rough machined wicket 
gates and stems. 
  Hardness tests on facing plates and wearing rings. 
  Ultrasonic examination of the rough machined shafts. 
  Ultrasonic examination of the rough machined coupling bolts. 
  Ultrasonic examination of the rough machined coupling servomotor piston rods. 
  100% ultrasonic testing of all welds of stay ring, spiral casing, head cover, bottom 
ring and draft tube suction cone. 
Tests on finished components and assemblies 
  Dye-checking and ultrasonic examination of the finished runners and visual 
inspection. 
  Static balancing of the finished runner. 
  Dye-checking and ultrasonic examination of the finished shafts 
  Dye-checking and ultrasonic examination of the finished wicket gates stems and 
piston rods heads 
  Dimensional checks on runners, wicket gates, discharge rings, wearing rings, 
servomotor stroke and other important parts. 
  Ultrasonic examination of Babbit-metal adherence. 
  Inspection of roundness and evenness of babbit-metal lining on guide bearing 
segments. 
  Radiographic inspection of servomotor cylinders. 
  Check of the fit of runner and shaft coupling flanges and control of alignment 
with respect to axis of rotation. 
  Hydrostatic pressure testing of the assembled servomotor (with 1.5 times the 
maximum operating pressure) for a period of 60 minutes. 
  Check of surface protection and painting.  
SITE TESTS  
TURBINE  
Precommissioning and alignment tests shall include:  
(a) Truth of stay ring flanges  
(b) Guide vane and runner clearances  
(c) Correlation between guide vane opening and servomotor stroke  
(d) Combined shaft alignment of turbine and generator  
(e) Bearing clearances    
71  
(f) Hydrostatic pressure testing of the spiral casing and stay ring assemblies, including 
inlet extension and main inlet valve. 
(g) Watering up procedures   
Cooling Water System  
  (a) Pressure tests of system  
(b) Operation of Hydro Cyclone Separator  
(c) Operation of all instrumentation  
Governor  
Inspection during installation of equipment  
(a) Pressure test of pressure cylinders and piping for oil pressure system  
(b) Calibration of dial type thermometers  
(c) Calibration of pressure gauges   
Preliminary functional test  
(a) Measurement of oil pump discharge pressure  
(b) Continuous operation test of oil pump (heat run)  
(c) Automatic start and stop test of stand-by oil pump  
(d) Measurement of oil pressure build-up time  
(e) Capacity test of oil pressure accumulator system  
(f) Adjustment and setting of safety valve  
(g) Check of oil level control system  
(h) Leakage test of oil (tank and all pipe lines)  
(i) Setting of oil level and pressure switches  
(j) Insulation resistance measurement of motors    
Operational tests and adjustments  
(a) Adjustment and setting of servomotor feedback transducers  
(b) Operation of servo valve with numerical governor  
(c) Operation of manual governor control  
(d) Overall governor operation test at no load  
(e) Normal start and Stop operational tests  
(f) Quick shutdown test and Emergency Trip  
(g) Setting and checking of adopted times for turbine guide vane stroke  
(h) Preliminary setting of speed monitoring system and operational checks    
72  
(i) Adjustment and setting of guide vane closing and opening times   
Commissioning Tests  
 (a) Mechanical run at speed-no-load including Start on manual control, unit to be brought to 
synchronous speed in steps. Vibrations to be monitored and confirmed to be within set limits as 
per standards. 
(b) Checking the action of Overspeed Protective Devices, under Manual Control  
 (c) Adjustment and setting of rated speed  
(d) Initial response test  
(e) Automatic start and shutdown operation test  
(f) No-load and excitation operation test  
(g) Load rejection tests at 25, 50, 75 and 100% of the rated load  
(h) Heat run test  
(i) Relation between guide vane servomotor stroke and generator output (output test)  
(j) Fast load increase test  
(k) Permanent speed droop measurement  
(l) Shaft seal operation, leakage and temperature  
(m) Draft tube pressure pulsations  
(n) Guide vane trunnion leakages   
Generator.  
(a)  Alignment of turbine and generator shafts by mechanical rotation of the unit.  
(c) Air gap measurement.  
(d) Guide and thrust bearing checks, including pressure tests.  
(e) Dynamic rotor balance.  
(f)  Determination of degree of polymerization.  
(j) Megger test for insulation resistance.  
(k) Dielectric tests of stator and field windings at not less than 75C. The stator windings shall 
be  given  a  dielectric  test  in  accordance  with  IEC  Standards,  one  phase  at  a  time,  with  other 
windings  grounded.  The  field  windings  shall  be  given  a  dielectric  test  in  accordance  with  IEC 
Standards.  
(l) Resistance test of stator and field windings.  
(m) Generator dry-out and bearing run with polarisation index.  
(n) Cooling water and air temperature measurements.    
73  
(o) Phase rotation and phasing out.  
(p) Overspeed tests to check overspeed devices.  
(q)  Operation  test  and  adjustment  of  the  entire  excitation  system  including  AVR  and  field 
suppression to show compliance with all operating requirements of these Specifications.  
(r) Control sequence operation.  
(s) Load rejection tests up to maximum turbine output.   
In addition to the above-mentioned tests, the Contractor shall make field tests as follows:-  
(a) No-load saturation test.  
(b) Short circuit saturation test.  
(c) Efficiency test  
(d) Tests to determine the maximum temperature rises of the various parts of the generator 
when operating continuously at rated output.  
(e) Tests for the determination of quantities and temperatures of incoming and outgoing water 
for bearings.  
(f) Test for the determination of wave form deviation factor. Oscillograms shall be taken of the 
wave form of the voltage of each phase of the stator winding when the generator is operating at 
rated voltage and frequency at no-load.  
(g) Test to determine saturated and unsaturated direct-axis transient reactance.  
(h) Test to determine negative sequence reactance.  
(i) Test to determine zero sequence reactance.  
(j) Tests to determine direct-axis and quadrature-axis sub-transient reactances.   
(k) Tests to determine the telephone interference factors, no-load balanced and no-load residual.  
(l) Overspeed tests.   
(m) Check tightness of pole wedges.  
(n) Repeat open circuit saturation and rotor high voltage tests.  
(o) Check bearing clearances.  
(p) Tests to confirm that the generator can produce full load output at both maximum and 
minimum voltage.  
In addition to the above listed tests, the Contractor shall perform without extra charge any 
other tests required to establish conformity of the equipment with the guarantees and the 
Specifications.        
74          
SECTION D  
BILL OF QUANTITIES - PRICE SCHEDULES    
The Tenderer, in compliance with this tender, shall complete all the price schedules as tabulate 
in this section.    
75     
76  
BILL OF QUANTITY  PRICE SCHEDULES  
NB: The total prices shall be Delivered Duty Paid Wanjii Power Station, i.e where applicable all freight, 
clearing and transportations costs to Wanjii Power Stations and taxes inclusive   
Item 
No. 
Tender Clause  Description  Unit 1 ( 
Cost) 
Unit 2 ( 
Cost) 
TOTAL   
PART I: GENERAL TECHNICAL REQUIREMENTS 
1.    2.1  Engineering services       
2.    2.2  Design review       
3.    2.3  Dismantling of existing equipment       
4.    2.4  Installation and commissioning services       
5.    2.6  Site training       
6.    2.7  As Built Drawings, Operation and Instruction manuals       
7.    2.8  Factory tests and training       
8.    2.9  Accommodation & transport of contractor staff       
9.    2.10  Site Facilities       
10.    2.11  Maintenance Equipment [Itemize the equipment] and 
Software licenses      
SUBTOTAL       
MISC LOCAL COST       
APPLICABLE TAXES       
TOTAL PART I       
PART II : 1.3 Requirements of new machines on Mathioya Penstock     
1.   1.3.1  Turbine       
2.   1.3.2  Portal valve (Option 1)       
3.   1.3.3  Generator       
4.   1.3.4  Unit control and SCADA systems       
5.   1.3.5  Machine breakers, protection and metering 
equipment      
SUBTOTAL         
77  
MISC LOCAL COST       
APPLICABLE TAXES       
TOTAL PART II       
PART III : 1.4 Requirements of new machines on Maragua Penstock     
1.   1.4.1  Turbine       
2.   1.4.2  Generator       
3.   1.4.3  Unit control and SCADA systems       
4.   1.4.4  Machine breakers, protection and metering 
equipment      
SUBTOTAL       
MISC LOCAL COST       
APPLICABLE TAXES       
TOTAL PART III       
PART IV : 1.5 - Requirements for the common equipment 
1.   1.5.1  Switchyard equipment        
2.   1.5.2  415V Switchboard       
3.   1.5.3  Cabling        
4.   1.5.4  DC equipment       
5.   1.5.5  Earthing       
6.   1.5.7  Winch       
7.   1.5.8  Diesel Generator       
8.   1.5.9  Integration and Configuration of SCADA at Tana        
SUBTOTAL       
MISC LOCAL COST       
APPLICABLE TAXES       
TOTAL PART IV       
PART V : 1.6 Mandatory Spares     
TOTAL     
SHIPPING CHARGES     
LOCAL TRANSPORTATION     
LOCAL TAXES       
78  
PART V TOTAL        
Alternative offers  
Item 
No. 
Tender Clause  Description  Unit Cost ()  TOTAL   
1  1.3.2  Portal Valve Option 2              
  LOCAL TAXES     
  TOTAL       
Signed _______________________  Company ____________________________   
Date ________________________   Currency ____________________________   
Delivery Period _________________________   
Duration of site Work _________________________     
PART V Mandatory Spare Parts   
(i) Mathioya Machines  
      Quantity  UNIT 
PRICE 
TOTAL 
PRICE 
Item  Description  Unit  (           )*  (             )*   
79  
A  TURBINE SPARES 
      1  2  1 x 2 
1  Friction element/breaking element for 
the guide vane operating mechanism  
set 
4     
2  Servomotor repair kits   
set 
1     
3  Bearings, bushings and seals for the 
guide vane operating mechanism  
set 
1     
4  Inner stationary wearing ring (preliminary 
machined) 
 pc  2     
5  Outer stationary wearing ring (preliminary 
machined) 
pc  2     
6  Stainless steel sleeve for shaft seal   Pc  1     
7  Inner stainless steel facing plates  pc  2     
8  Outer stainless steel facing plates   pc  2     
9  Wear element for shaft seal (if applicable, 
packing material, carbon ring, etc.)  
set 
4     
10  Bearing shells or segments (if applicable) 
for each bearing 
set   1     
11  Resistance temperature detector (placed 
in bearing segment)  
pc 
2     
12  Resistance temperature detector (placed 
in bearing oil)  
pc 
1     
13  O-rings of each dimension for smaller 
diameters 
set  10     
14  O-rings of each dimension for larger 
diameters (covers, etc)  
set 
2     
15  One valve of each type used  set  1     
16  One motor actuator of each type used  set  1     
10  One flow switch of each type used  set  1     
16  One set of each type pressure gauges, 
electrical contacts, magnets, solenoids, 
limit switches, relays, etc. of each type 
set  1       
80  
17  Lamps, fuses, indicators, etc. of each type 
used 
set  5     
Sub Total Turbine spares    
ITEM   DESCRIPTON  UNIT  QTY  UNIT 
PRICE 
TOTAL 
PRICE 
B  TURBINE INLET VALVE - SPARES 
      1  2  1x2 
1  Complete sets of disc seals & trunnion 
seals 
set  2     
2  Trunnion bearing sleeves  pc  2     
3  Complete sets of all packing, cup seals, 
gaskets and joining material (repair kit) 
including those for the servomotors and 
bypass valves  
set  2     
4  Sets of servomotor piston rings  set  2     
5  Bulkhead cover made of welded steel 
plate to be used at the butterfly valve 
during M.I.V maintenance 
pc  1     
Sub Total for MIV Spares      
ITEM   DESCRIPTON  UNIT  QTY  UNIT 
PRICE 
TOTAL 
PRICE 
C  GOVERNOR SPARES 
      1  2  1x2 
1  Governor oil cooler, complete  pc  1     
2  Float switches, pressure, flow & 
temperature relays of each type used 
pc       
3  Resistance type temperature detector  pc  1     
4   Numerical Governor Unit  pc  1     
5  Power supply pack of each type provided 
in the governor 
set  1     
6   Output Relays of each type used  set  3     
7   Input relays/opto-coupler of each type  set  3       
81  
used 
8   Speed pick-up sensors  pc  2     
9   Position transducers of each type used  set  2     
10   Servo valve of each type used  set  2     
11  Oil filters of each type used  set  10     
12  Solenoid valves of each type used  set  1     
13   Hydraulic valve of each type used  set  1     
14   Oil pump of each type used complete 
with motor 
set  1     
15  Sets of oil seals kit  set  2     
16   Pressure gauge of each type used  set  1     
17   Operator panel  pc  1     
18   Speed Monitoring device of each type  set  1     
Sub Total for Governor Spares   
D  GENERATOR SPARES 
      1  2  1x2 
1  Bearing shells or segments (if applicable) 
for each bearing 
set  2     
2  Brake linings  set  2     
3  Brake seal kits  set  4     
4  Complete rotor pole.  pc  1     
5  Generator air-water cooler  pc  2     
6  Motor of each type used  set  1     
7  Pump of each type.  set  1     
8  Circuit breakers, contactors, motor 
starters, auxiliary relays, protection 
relays, switches, push buttons of each 
type. 
Set  1     
9  Instrument, detector, transducer, 
indicator, etc of each type 
set  1     
10  Carbon brushes each type  set  6     
11  1/3 of installed insulated stator 
winding bars 
set  1       
82  
Sub Total for Generator Spares   
Total for Mathioya Machines Spares (i)(A+B+C+D)    
(ii) Maragua Machines  
      Quantity  UNIT 
PRICE 
TOTAL 
PRICE 
Item  Description  Unit  (           )*  (             )* 
A  TURBINE SPARES 
      1  2  1 x 2 
1  Friction element/breaking element for 
the guide vane operating mechanism  
set 
4     
2  Servomotor repair kits   
set 
1     
3  Bearings, bushings and seals for the 
guide vane operating mechanism  
set 
1     
4  Inner stationary wearing ring (preliminary 
machined) 
 pc  2     
5  Outer stationary wearing ring (preliminary 
machined) 
pc  2     
6  Stainless steel sleeve for shaft seal   Pc  1     
7  Inner stainless steel facing plates  pc  2     
8  Outer stainless steel facing plates   pc  2     
9  Wear element for shaft seal (if applicable, 
packing material, carbon ring, etc.)  
set 
4     
10  Bearing shells or segments (if applicable) 
for each bearing 
set   1     
11  Resistance temperature detector (placed 
in bearing segment)  
pc 
2     
12  Resistance temperature detector (placed 
in bearing oil)  
pc 
1     
13  O-rings of each dimension for smaller 
diameters 
set  10       
83  
14  O-rings of each dimension for larger 
diameters (covers, etc)  
set 
2     
15  One valve of each type used  set  1     
16  One motor actuator of each type used  set  1     
10  One flow switch of each type used  set  1     
16  One set of each type pressure gauges, 
electrical contacts, magnets, solenoids, 
limit switches, relays, etc. of each type 
set  1     
17  Lamps, fuses, indicators, etc. of each type 
used 
set  5     
Sub Total Turbine spares    
ITEM   DESCRIPTON  UNIT  QTY  UNIT 
PRICE 
TOTAL 
PRICE 
B  TURBINE INLET VALVE - SPARES 
      1  2  1x2 
1  Complete sets of disc seals & trunnion 
seals 
set  2     
2  Trunnion bearing sleeves  pc  2     
3  Complete sets of all packing, cup seals, 
gaskets and joining material (repair kit) 
including those for the servomotors and 
bypass valves  
set  2     
4  Sets of servomotor piston rings  set  2     
5  Bulkhead cover made of welded steel 
plate to be used at the butterfly valve 
during M.I.V maintenance 
pc  1     
Sub Total for MIV Spares      
ITEM   DESCRIPTON  UNIT  QTY  UNIT 
PRICE 
TOTAL 
PRICE 
C  GOVERNOR SPARES 
      1  2  1x2 
1  Governor oil cooler, complete  pc  1       
84  
2  Float switches, pressure, flow & 
temperature relays of each type used 
pc       
3  Resistance type temperature detector  pc  1     
4  Fully programmed governor PLC  pc  1     
5  Power supply pack of each type provided 
in the governor 
set  1     
6  Output Relays of each type used  set  3     
7  Input relays/opto-coupler of each type 
used 
set  3     
8   Speed pick-up sensors  pc  2     
9   Position transducers of each type used  set  2     
10   Servo valve of each type used  set  2     
11  Oil filters of each type used  set  10     
12  Solenoid valves of each type used  set  1     
13   Hydraulic valve of each type used  set  1     
14   Oil pump of each type used complete 
with motor 
set  1     
15  Sets of oil seals kit  set  2     
16   Pressure gauge of each type used  set  1     
17   Operator panel  pc  1     
18   Speed Monitoring device of each type  set  1     
19  Input/output cards for governor PLC, of 
each type used 
set  1     
Sub Total for Governor Spares   
D  GENERATOR SPARES 
      1  2  1x2 
1  Bearing shells or segments (if applicable) 
for each bearing 
set  2     
2  Brake linings  set  2     
3  Brake seal kits  set  4     
4  Complete rotor pole.  pc  1     
5  Generator air-water cooler element.  pc  1     
6  Motor of each type used  set  1       
85  
7  Pump of each type.  set  1     
8  Circuit breakers, contactors, motor 
starters, auxiliary relays, protection 
relays, switches, push buttons of each 
type. 
Set  1     
9  Instrument, detector, transducer, 
indicator, etc of each type 
set  1     
10  Carbon brushes each type  set  6     
11  1/3 insulated stator winding bars  set  1     
Sub Total for Generator Spares   
Total for Maragua Machines Spares (ii)(A+B+C+D)    
(iii) Common Spares  
ITEM   DESCRIPTION   UNIT  QTY  UNIT PRICE  TOTAL PRICE 
A  General Spares 
        2  1x2 
1  Centrifuge repair kit  set  1     
Sub Total for General Spares     
ITEM   DESCRIPTION   UNIT  QTY  UNIT PRICE  TOTAL PRICE 
B  PLC SPARES And SCADA            
1  Power supply unit  pc  1     
2  Central Processing unit (CPU)  pc  1     
3  Input Cards of each type used  set  2     
4  Output Cards of each type used  set  2     
5  Network Card  pc  2     
6  Backplane/mounting rack  pc  1     
7  Communication cards  pc  2     
8  HMI module of each type used 
loaded with the appropriate 
software and program 
pc  2       
86  
9  Hardware server complete with 
accessories 
pc  1     
10  Software server with required 
configurations 
pc  1     
11  Complete OPS with all necessary 
installations 
set  1     
12  Communication Switches  pc  2     
13  Synchro-check relay  pc  2     
14  Synchronising relay  pc  2     
15  Double frequency meter  pc  2     
16  Double voltage meter  pc  2     
17  Discrepancy switches  pc  2     
18  LED based alarm facia of each 
type/size used 
set  1     
19  Siren Module  pc  2     
20  Indication instruments of each type 
used 
set  2     
Sub Total for PLC and SCADA System Spares    
ITEM   DESCRIPTION   UNIT  QTY  UNIT PRICE  TOTAL PRICE 
C  EXCITATION SPARES 
        2  1x2 
1  20% of each type of control relay  %  20     
2  20% of each bi-stable relay  %  20     
3  20%  of  each  type  of  control  timer 
relay 
%  20     
4  Trip relay of each type used  set  2     
5  Indicating  instrument  of  each  type 
used  
set  2     
6   20%  of  indicating  lamps  (LEDs)  of 
each type 
%  20     
7  Power supplies of each type used  set  2     
8  Power  supply  supervision  relay  of  set  2       
87  
each type used 
9  MCCBs of each type used  set  4     
10  Switches  of  each  type  used  (push-
button,  selector  switch, 
discrepancy  switch,  key-switch, 
etc) 
set  2     
11  Electric power transducer  pc  1     
12  PLC  CPU  of  each  type  used  loaded 
with  the  appropriate  software  and 
program 
set  1     
13  HMI  module  of  each  type  used 
loaded  with  the  appropriate 
software and program 
set  1     
14  PLC input/output card of each type 
used. 
set  1     
15  AVR cards of each type used  set  1     
16  Excitation transformer temperature 
sensors 
pc  2     
17  Thyristor temperature sensors   pc  2     
18  Complete  Thyristors  bridge  of  each 
type used 
set  2     
19  Thyristor fuses  pc  10     
20  Rotor Earth fault relay of each type 
used 
pc  2     
*Note: Where percentages are used the fractions shall be rounded off upwards.   
Sub Total for Excitation Spares    
ITEM   DESCRIPTION   UNIT  QTY  UNIT PRICE  TOTAL PRICE 
D  TRANSFORMER SPARES 
      1  2  1x2 
1  11 kv transformer bushings  set  2     
2  Contactors each type  set  1     
3  Indicating instruments each 
type 
set  1       
88  
4  MCBs each type  set  1     
5  Valves of each type used   set  1     
6  Temperature sensors each type  set  1     
7  Panel indicating bulbs each type  sets  2     
Sub Total for transformer Spares     
ITEM   DESCRIPTION   UNIT  QTY  UNIT PRICE  TOTAL PRICE 
E  Metering Spares 
        2  1x2 
1  Tariff meter class 0.2  pc  1     
2  Tariff meter class 0.5  pc  1     
3  Multifunction Power analyzer 
class 0.5 of each type used 
set  2     
Sub Total for Metering Spares      
ITEM   DESCRIPTION   UNIT  QTY  UNIT PRICE  TOTAL PRICE 
F  415v Switch Board And Auxiliaries Control 
        2  1x2 
1 
Spare  incomer  breaker  for  each 
MCC. 
pc  1     
2 
Analogue  gauges  of  each  type 
used.  
pc  1     
Sub Total for 415v Switch Board Spares    
Total for Common Spares (iii)(A+B+C+D+E+F)    
SECTION E  
APPENDIX  TO THE TECHNICAL SPECIFICATIONS    
89  
1. SYSTEMS SPECIFICATIONS   
Annex 1- Governor and MIV systems 
Annex 2- Instrumentation 
Annex 3  Control PLCs and SCADA  
Annex 4  Excitation system 
Annex 5- Protection relays and switch gear Controls 
Annex 6 Switch yard and Transformers. 
Annex 7 - Metering System. 
Annex 8 - 415V Switch Board and auxiliaries control          
2. DRAWINGS   
  Drawing Number  Description 
General 
1.    KenGen 001  Map of Kenya  Project Area 
2.    KGN/WANJ/M0144  Powerhouse General Arrangement  
3.    KGN/WANJ/M0128  Assembly of 66" Diameter Butterfly Valve 
4.    KGN-WANJ-M00128-2  Wanjii Portal Valve Details 
5.    KGN/WANJ/C0056  Lay Out of Haulage Track 
6.    KGN/WANJ/C0048  Foundations Details for NOs. 1&2 Sets 
7.    T.882.F  Foundation for 1500HP Unit - Wanjii 
8.    T.883.F  Foundation for 1500HP Unit - Wanjii 
9.    KGN/WANJ/C0103  Layout of Main Auxiliary and Control Cables - Wanjii   
90  
10.    KGN/WANJ/E0053  Layout of Foundation & cable Entries for HT and LT Switchboard 
and Control Gear 
11.    KGN/WANJ/E0043  Arrangement of Switch gear Gallery and Air Ducts. 
12.    KGN/WANJ/C0016  General Arrangement and Details of Pipelines 
13.    KGN/WANJ/C0042  Details of Foundations for Powerhouse 
14.    KGN/WANJ/C0044  Arrangement Of Wall & Drainage at End of The Haulage Track- 
Powerhouse 
15.    Details of Portal Valve house 
16.    Mathioya Tunnel Intake 
17.    Wanjii Passenger Winch Details 
18.    Tailrace and Draft Chambers 
19.    Proposed SCADA Architecture for Wanjii P Stn 
20.    SUB-STATION Location Relative to Powerhouse 
21.    Details of Tunnel Lining And Surge Tank Level 
Single Line Diagrams 
1.    Drawing 1  Proposed Single Line Diagram for Wanjii Power Station 
2.    Drawing 2  Proposed Power Evacuation Diagram 
3.    Drawing 3  Proposed Main Auxiliary Power Board 
4.    Drawing 4  Proposed Station Auxilliary Motor Control Centre Line Diagram 
5.    Drawing 5  Proposed Motor Control Center Line Diagram  
Reports/Data  
  Mathioya tunnel 1981inspection report 
  KenGen Mathioya Tunnel Inspection Report_2012 
  KenGen Dams Safety Interim Report Final (see report on Mathioya and Maragua) 
  Wanjii Waterway Head Loss 2012 
  Historical Discharge Data for Mathioya and Maragua Rivers.       
91       
92                  
SECTION F  
STANDARD FORMS                              
93   
SECTION F  
STANDARD FORMS  
INTRODUCTION  
The  following  schedules  form  the  Contract  Schedules  and  must  be  completed  in  their 
entirety  by  the  Tenderer  at  the  time  of  tendering.  The  technical  details  requested  in 
Section C, Part I, Clause 1.0.2 of this document shall also be submitted with the tender.  
The Performance Security and Bank Guarantee for Advance Payment forms are samples 
and shall be only completed by the Approved Tenderer.  
The  Tenderer  shall  enter  in  the  spaces  on  the  tender  form  and  bill  of  Quantity,  price 
schedules the appropriate unit of currency to which he has tendered.                                  
94  
FORM OF TENDER   
DESIGN,  MANUFACTURE,  SUPPLY,  DELIVERY,  INSTALLATION  AND 
COMMISSIONING  OF  FOUR  GENERATING  UNITS  AT  WANJII  HYDRO  POWER 
STATION.  
The Company Secretary, Legal & Corporate Affairs Director 
The Kenya Electricity Generating Company Ltd 
P. O. Box 47936-00100 
NAIROBI 00100 
KENYA  
Gentlemen and/or Ladies:  
1.  Having  examined  the  Tender  Documents  including  the  Specification  Drawings, 
Conditions  of  contract  &  Requirements,  Specifications  and  Bill  of  Quantity  Price 
Schedules  for  the  execution  of  the  above  named  contract,  the  receipt  of  which  is 
hereby  duly  acknowledged,  we,  the  undersigned,  hereby  offer  to  execute,  complete 
and remedy defects in the whole of the works in conformity with the said document 
for the sum    
[amount in figures]                                                           
_________________________________________________________________________ 
[state currency]        
[amount in words]   
2.  We  undertake,  if  our  Tender  is  accepted,  to  complete  the  whole  of  the  Works 
comprised  in  the  contract  within  a  period  of  ___________________  calendar  months, 
subject to the said Conditions.   
3.  We  agree  to  abide  by  this  Tender  for  a  period  of  180  days  from  the  date  fixed  for 
receiving the same and it shall remain binding upon us and may be accepted by you 
at any time before the expiration of that period.  
4.  This  Tender  is  submitted  under  our  covering  letter  reference___________________ 
dated  _____________________  and  the  complete  tender  documents  and  other 
information, required by the instructions to Tenderers, which are enclosed therewith 
all of which shall be read and construed as forming a part hereof. 
5.  Unless and until an agreement is prepared and executed, this Tender, your letter of 
Intent/Award,  together  with  our  written  acceptance  thereof,  shall  constitute  a 
binding Contract between us.  
6.  If our Tender is accepted we will furnish a Performance Security issued by a Bank (to 
be approved by you) to be jointly and severally bound with us in an amount of 10% 
of the above named sum in accordance with the conditions of contract.   
95   
7.  Commissions of gratuities, if any, paid or to be paid by us to agents relating to this 
Bid, and to contract execution if we are awarded this Bid, and to contract execution 
if we are awarded the contract, are listed below:  
Name and        Amount and      Purpose of 
address of agent      Currency      Commission gratuity 
___________________    __________________  _________________ 
___________________    __________________  _________________ 
___________________    __________________  _________________ 
___________________    __________________  _________________ 
___________________    __________________  _________________ 
(if none, state none)  
8.  We understand that you are not bound to accept the lowest or any Tender you may 
receive.   
Dated this..day of..201..  
Signaturein the capacity of ..  
..  
duly authorised to sign Bid for and on behalf of:  
..  
(in capital letters)  
Witness  
Address   .                           
    Occupation ...               
96    
TENDER SECURITY FORM 
[Must be on the letter head of the Bank] 
Whereas ____________________________________________(hereinafter  
Called  the  Bidder)  has  submitted  its  bid  dated  ___________________________  for  the 
supply of four generating units at wanjii hydro power station as per given specifications 
(hereinafter called the Bid).  
KNOW ALL PEOPLE by these presents that WE _______________________________ 
______________________of_______________________________________(hereinafter 
called  the  Bank),  are  bound  unto  Kenya  Electricity  Generating  Company  Limited 
(hereinafter called KenGen) in the sum for which payment will and truly to be made to 
the said KenGen, the Bank binds itself, its successors, and assigns by these presents. 
Sealed  with  the  Common  Seal  of  the  said  Bank  this  _________________________day  of  
20_____  
THE CONDITIONS of this obligation are: 
1.  If  the  Bidder  withdraws  its  Bid  during  the  period  of  bid  validity  specified  by  the 
Bidder on the Bid Form; or 
2.  If the Bidder, having been notified of the acceptance of its Bid by KenGen during 
the period of bid validity: 
a)  Fails or refuses to execute the Contract Form, if required; or 
b)  Fails  or  refuses  to  furnish  the  performance  security,  in  accordance  with  the 
Instructions to Bidders; 
We undertake to pay to KenGen up to the above amount upon receipt of its first written 
demand,  without  KenGen  having  to  substantiate  its  demand,  provided  that  in  its 
demand  KenGen  will  note  that  the  amount  claimed  by  it  is  due  to  it,  owing  to  the 
occurrence  of  one  or  both  of  the  two  conditions,  specifying  the  occurred  condition  or 
conditions.  
This guarantee will remain in force up to and including thirty (30) days after the period 
of bid validity, and any demand in respect thereof should reach the Bank not later than 
the above date. 
_____________________________   
97  
(Signature and seal of the Bank)   
  CONTRACT AGREEMENT  
THIS  AGREEMENT,  made  the  _________________  day  of  ________  20  ______  between 
________________________________________________of  [or  whose  registered  office  is 
situated at]__________________________________________ 
(hereinafter called the Employer) of the one part AND 
________________________________________________________of[or  whose  registered  office  is 
situated at]_________________________________________ 
(hereinafter called the Contractor) of the other part.  
WHEREAS THE Employer is desirous that the Contractor executes 
________________________________________________________________________ 
(name  and  identification  number  of  Contract  )  (hereinafter  called  the  Works)  located 
at______________________________[Place/location  of  the  Works]and  the  Employer  has 
appointed ________________________ 
___________________________  of/or  whose  registered  office  is  situated  at 
__________________________________  as  the  Engineer  for  the  purposes  thereof  and  has 
accepted  the  tender  submitted  by  the  Contractor  for  the  execution  and  completion  of 
the  said  Works  and  the  remedying  of  any  defects  therein  in  the  sum  of 
_________________(amount in figures) 
______________________________________(amount in words) inclusive of all taxes applicable 
in Kenya (hereinafter called the Contract Price).  
NOW THIS AGREEMENT WITNESSETH as follows:  
1.  In  this  Agreement,  words  and  expressions  shall  have  the  same  meanings  as  are 
respectively assigned to them in the Conditions of Contract hereinafter referred to.  
2.  The following documents shall be deemed to form and shall be read and construed 
as part of this Agreement i.e.  
(a) Contract Agreement 
(b) The Letter of Award and Acceptance thereof. 
(c)  The Special Conditions of Contract  Part II. 
(d) The General Conditions of Contract  Part I. 
(e)  The Employers requirements. 
(f)  The Completed Form of Tender  
(g) The completed Bill of Quantity-Price Schedules  
(h) The Completed Technical Schedules. 
(i)  The Specification Drawings. 
(j)  The Contractors Drawings. 
(k) The Contractors Tender.  
3.  In  consideration  of  the  payments  to  be  made  by  the  Employer  to  the  Contractor  as 
hereinafter  mentioned,  the  Contractor  hereby  covenants  with  the  Employer  to   
98  
execute and complete the Works and remedy any defects therein in conformity in all 
respects with the provisions of the Contract.  
4.  The  Employer  hereby  covenants  to  pay  the  Contractor  in  consideration  of  the 
execution  and  completion  of  the  Works  and  the  remedying  of  defects  therein,  the 
Contract  Price  or  such  other  sum  as  may  become  payable  under  the  provisions  of 
the Contract at the times and in the manner prescribed by the Contract.  
IN WITNESS whereof the Parties thereto have caused this Agreement to be executed the 
day and year first before written.  
The common Seal of  _________________________________________________  
Was hereunto affixed in the presence of  ________________________________  
Signed Sealed, and Delivered by the said  ______________________________  
Binding Signature of Employer  ________________________________________  
Binding Signature of Contractor  _______________________________________  
In the presence of  (i)  Name_______________________________________  
                                  Address_____________________________________  
                                  Signature___________________________________        
            Date  _______________________________________   
[ii] Name _______________________________________  
     Address_____________________________________  
    Signature____________________________________  
    Date  _______________________________________                                                
99    
PERFORMANCE SECURITY 
[Must be on the letter head of the Bank]  
To:  Kenya Electricity Generating Company Limited, 
        Stima Plaza Phase III, Kolobot Road, Parklands, 
        P.O. Box 47936-00100, 
        NAIROBI, KENYA.  
WHEREAS    _______________________[name  of  Contractor]  (hereinafter  called  the 
Contractor)  has  undertaken,  in  pursuance  of  Contract  No.  __________________________ 
dated  ______________________________20  ___  to_____________________________ 
____________________________________________(hereinafter called the Contract).  
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor 
shall  furnish  you  with  a  bank  guarantee  by  a  reputable  bank  for  the  sum  specified 
therein  as  security  for  compliance  with  the  Contractors  performance  obligations  in 
accordance with the Contract.  
AND WHEREAS we have agreed to give the Contractor a guarantee:  
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on 
behalf of the Supplier, up to a total of 
_______________________________________________________________ 
______________________________________(words)  ___________________(figures),  and  we 
undertake to pay you, upon your first written demand declaring the Contractor to be in 
default under the Contract and without cavil or argument, any sum or sums within the 
limits  of  _______________________________________________________  as  aforesaid,  without 
your  needing  to  prove  or  to  show  grounds  or  reasons  for  your  demand  or  the  sum 
specified therein. 
This guarantee is valid until the ________________ day of  ___________ 20 _________.  
Signature and seal of the Guarantors  
______________________________________________________________________________________
_ 
[name of bank or financial institution]  
________________________________________________________________________ 
[address]   
100   
________________________________________________________________________ 
[date]   
BANK GUARANTEE FOR ADVANCE PAYMENT  
To:  Kenya Electricity Generating Company Limited, 
       Stima Plaza Phase III, Kolobot road, Parklands, 
       P.O. Box 47936-00100, 
       NAIROBI, KENYA.  
DESIGN,  MANUFACTURE,  SUPPLY,  DELIVERY,  INSTALLATION  AND 
COMMISSIONING  OF  FOUR  GENERATING  UNITS  AT  WANJII  HYDRO  POWER 
STATION.  
Gentlemen and/or Ladies:  
In  accordance  with  the  provision  Conditions  of  Contract  of  the  above  mentioned 
Contract,    _________________________(hereinafter  called  the  Contractor)  shall  deposit 
with  KenGen  a  bank  guarantee,  its  proper  and  faithful  performance  under  the  said 
Clause of the Contract in an amount of  
_______________(figures)______________________________________________(words)  
We, the [bank or financial institution], as instructed by the Contractor, agree 
unconditionally and irrevocably to guarantee as primary obligator and not as security 
merely, the payment to KenGen on its first demand without whatsoever right of 
objection on our part and without its first claim to the Contractor, in the amount not 
exceeding _________________________________( figures)   
_____________________________________________________________________(words)   
We further agree that no change or addition to or other modification of the terms of the 
Contract to be performed thereunder or of any of the Contract documents which may be 
made  between  KenGen  and  the  Contractor,  shall  in  any  way  release  us  from  any 
liability under this guarantee, and we hereby waive notice of any such change, addition, 
or modification.  
This  guarantee  shall  remain  valid  and  in  full  effect  from  the  date  of  the  advance 
payment received by the Contractor under the Contract until _________________(date).  
Yours truly,  
Signature and seal of the Guarantors  
______________________________________________ 
[name of bank or financial institution]  
______________________________________________   
101  
[address]  
______________________________________________ 
[date]   
MANUFACTURERS AUTHORIZATION FORM  
To:  KENYA ELECTRICITY GENERATING COMPANY LIMITED  
WHEREAS  . 
                           [Name of the Manufacturer] 
Who  are  established  and  reputable  manufacturers  of. 
                                                                               [name  and/or  description  for  Goods] 
 having factories at. 
                                                                  [address of factory] 
Do hereby authorize. 
                                                                 [Name and address of Agent]  
to submit a tender, and subsequently negotiate and sign the Contract with you against 
tender  for  DESIGN,  MANUFACTURE,  SUPPLY,  DELIVERY,  INSTALLATION  AND 
COMMISSIONING  OF  FOUR  GENERATING  UNITS  AT  WANJII  HYDRO  POWER 
STATION.                                
for the above Goods manufactured by us.  
We  hereby  extend  our  full  guarantee  and  warranty  as  per  the  General  Conditions  of 
Contract  for  the  Goods  offered  for  supply  by  the  above  firm  against  this  Invitation  for 
Tenders.        
[signature for and on behalf of Manufacturer]   
Note:  This  letter  of  authority  should  be  on  the  letterhead  of  the  Manufacturer  and 
should be signed by a competent person.         
102   
TENDER QUESTIONNAIRE  
  Please fill in block letters.  
1.  Full names of tenderer    
2.  Full address of tenderer to which tender correspondence is to be sent (unless an 
agent has been appointed below)    
3.  Telephone number (s) of tenderer    
4.  E-mail and Fax address of tenderer    
5.  Name of tenderers representative to be contacted on matters of the tender during 
the tender period    
6.  Details  of  tenderers  nominated  agent  (if  any)  to  receive  tender  notices.    This  is 
essential  if  the  tenderer  does  not  have  his  registered  address  in  Kenya  (name, 
address, telephone, telex)      
              _______________________ 
              Signature of Tenderer  
Make copy and deliver to:_____________________(Name of Employer)             
103  
CONFIDENTIAL BUSINESS QUESTIONNAIRE  
You are requested to give the particulars indicated in Part 1 and either Part 2 (a), 2 (b) 
or 2(c) and 2(d) whichever applies to your type of business.  
You are advised that it is a serious offence to give false information on this Form.  
Part 1  General  
Business Name    
Location of business premises;          Country/Town.  
Plot No Street/Road   
Postal Address Tel No..  
Nature of Business..  
Current Trade Licence No Expiring date  
Maximum value of business which you can handle at any time: US 
DOLLARS..  
Name of your bankers  
Branch  
Part 2 (a)  Sole Proprietor  
Your name in full Age  
Nationality Country of Origin  
Citizenship details   
Part 2 (b)  Partnership 
Give details of partners as follows:  
  Name in full    Nationality     Citizenship Details         Shares 
1  .. 
2   
3    
Part 2(c)  Registered Company:  
Private or public   
State the nominal and issued capital of the company-   
104   
Nominal US DOLLARS  
Issued US DOLLARS  
Give details of all directors as follows:  
Name in full.    Nationality.    Citizenship Details*.     Shares.  
1. 
 
2. 
.. 
3. 
.. 
4. 
 
 
Part 2(d)  Interest in the Firm: 
 
Is  there  any  person/persons  in(Name  of  Employer)  who  has 
interest in this firm? Yes/No ..(Delete as necessary) 
 
I certify that the above information is correct. 
 
 
     
(Title)          (Signature)      (Date) 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
  
105 
 
 
 
 
 
FIRMS GENERAL EXPERIENCE RECORD  -TURN OVER 
 
Name of Applicant or partner of a joint venture/consortium 
 
 
All  individual  firms  and  all  partners  of  a  joint  venture  or  consortium  are  requested  to 
complete  the  information  in  this  form.  The  information  supplied  should  be  the  annual 
turnover of the Tenderer (or each member of a joint venture or consortium), in terms of 
the amounts billed to clients for each year for work in progress or completed, converted 
to US dollars at the rate of exchange at the end of the period reported. 
 
Use a separate sheet for each partner of a joint venture or of a consortium. 
 
Annual turnover data 
Year  Turnover  US$ equivalent 
1. 
 
   
2. 
 
   
3. 
 
   
4. 
 
   
5. 
 
   
 
 
This information is  declared to be correct by (Tenderers authorised representative) 
 
Name                                Signature 
 
 
Position in the Firm                Date 
  
106 
 
JOINT VENTURE/CONSORTIUMSUMMARY 
 
Names of all partners of a joint venture or consortium 
1. Lead partner: 
 
2. Partner: 
 
3. Partner: 
 
4. Partner: 
 
5. Partner: 
 
6. Partner: 
 
 
 
Total  value  of  annual  turnover,  in  terms  of  work  billed  to  clients,  in  US$  equivalent, 
converted at the rate of exchange at the end of the period reported: 
 
Annual turnover date (construction only; US$ equivalent) 
Partner  Form 2 
page no 
Year 1  Year 2  Year 3  Year 4  Year 5 
1. Lead partner:             
2. Partner: 
 
           
3. Partner: 
 
           
4. Partner: 
 
           
5. Partner: 
 
           
6. Partner: 
 
           
  Totals 
 
         
 
This information is  declared to be correct by Lead Partner 
 
Name                       Signature 
 
 
Position in the Firm                Date 
 
  
107 
 
PARTICULAR EXPERIENCE RECORD OF THE FIRM 
 
Name of Applicant or partner of a joint venture/consortium 
 
Using the format of Form (3A), each tenderer or partner of a joint venture/consortium is 
required  to  list  all  contracts  in  excess  of  a  value  equivalent  to  US$  2.0  million  for  the 
Tenderer or the lead partner in a joint venture/consortium and US$ 1.0 million for each 
party in a joint venture/consortium, of a similar nature and complexity to the contract 
for  which  the  tenderer  wishes  to  bid,  undertaken  during  the  last  five  years.  The  value 
should  be  based  on the  currencies  of  the  contracts  converted into US dollars,  at  the 
date  of  substantial  completion,  or  for  current  contracts  at  the  time  of  award.  The 
information is to be summarised, using Form (3A), for each contract completed or under 
execution by the Tenderer or by each partner of a joint venture/consortium. 
 
Where  the  tenderer  proposes  to  use  named  subcontractors  for  critical  components  of 
the works, or for work contents in excess of 10 percent of the value of the whole works, 
the  information  in  the  following  forms  should  also  be  supplied  for  each  specialist 
subcontractor. 
  
108 
 
DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY 
  [Form 3A] 
 
Name of Tenderer or partner of a joint venture/consortium 
 
 
Use a separate sheet for each contract. 
 
1.  Number of contract 
 
  Name of contract 
 
  Country 
 
2.  Name of employer 
 
3.  Employer address 
 
   
4.  Nature of works and special features relevant to the contract for which the 
tenderer wishes to bid 
 
   
   
   
   
5.  Contract role (check one) 
 Sole contractor                                 Subcontractor                                     
Partner in a joint venture/consortium 
6.  Value of the total contract (in specified currencies at completion, or at date of 
award for current contracts) 
 
 Currency                                                                                                      
7.  Equivalent value US$ 
 
8.  Date of award 
 
9.  Date of completion 
 
10  Contract duration (years and months) 
                               ______years  ______months 
11. 
Specified requirements
1
 
 
   
   
________________ 
  
109 
 
 
1
Insert any specific criteria required for the execution of the contract. 
 
This information is  declared to be correct by (Tenderers authorised representative) 
 
Name                               Signature 
 
 
Position in the Firm                Date 
 
 
  
110 
 
KEY PERSONNEL CAPABILITIES 
 
Name of tenderer 
 
 
 
For specific positions essential to contract implementation, applicants should provide 
the names of at least two candidates qualified to meet the specified requirements stated 
for each position set out in clause 25.2 Personnel Capabilities in the Instructions to 
Tender. 
 
The data on their experience should be supplied in separate sheets using one Form (5A) 
for each candidate. 
 
1.  Title of position:  Head Office Project Manager 
 
Name of prime candidate: 
 
Name of alternate candidate: 
 
2.  Title of position:  Installation Supervisor Mechanical equipment 
 
Name of prime candidate: 
 
Name of alternate candidate: 
 
3.  Title of position:  Installation Supervisor Electrical equipment 
 
Name of prime candidate: 
 
Name of alternate candidate: 
 
4.  Title of position: Commissioning Engineer  
 
Name of prime candidate: 
 
Name of alternate candidate: 
 
  
111 
 
CVS OF KEY PERSONNEL [Form 5A] 
 
Name of Tenderer: 
Position  Candidate 
             Prime                   Alternate 
Candidate 
information 
1. Name of candidate  2. Date of birth 
  3. Professional 
qualifications 
 
 
   
 
 
Present 
employment 
4. Name of employer   
Address of employer 
 
 
Telephone  Contract (manager/personnel officer) 
 
Fax  Telex 
 
Job title of candidate  Years with present employer 
 
 
Summarise professional experience over the last 20 years, in reverse chronological 
order. Indicate particular technical and managerial experience relevant to the Project. 
 
From   To  Company/Project/Position/ Relevant technical and management 
experience 
     
     
     
     
     
     
     
     
 
I certify that the above information is correct. 
 
        .. 
(Candidate)       (Signature)      (Date) 
 
 
        .. 
(Authorized Officer)    (Signature)      (Date) 
 
 
 
 
 
 
  
112 
 
SCHEDULE OF COMPLETED WORKS OF SIMILAR NATURE AND 
COMPLEXITY CARRIED OUT BY THE TENDERER IN THE LAST EIGHT 
YEARS 
 
Name of tenderer or partner of a joint venture/consortium 
 
 
Use a separate sheet for each contract. 
1.  Number of contract 
 
Name of contract 
 
Country 
 
2.  Name of employer 
 
3.  Employer address 
 
4.  Nature of works and special features relevant to the contract for which the Applicant 
wishes to prequalify 
 
5.  Contract role (check one) 
 Sole contractor                                 Subcontractor                                     Partner 
in a joint venture/consortium 
6.  Value of the total contract (in specified currencies at completion, or at date of award for 
current contracts) 
 
Currency                                   
7.  Equivalent value US$ 
 
8.  Date of award 
 
9.  Date of completion 
 
10  Contract duration (years and months) 
                               ______years  ______months 
11. 
Specified requirements
1
 
 
 
Insert any specific criteria that was required for the execution of the contract. 
 
I certify that the above Works were successfully carried out and completed by ourselves. 
 
         
(Title)       (Signature)              (Date) 
 
 
 
  
113 
 
SCHEDULE OF ONGOING PROJECTS 
FORM (4)           
Current Contract Commitments / Works in Progress 
 
Name of Applicant or partner of a joint venture/consortium 
 
 
 
Tenderers  and  each  partner  to  a  tender  should  provide  information  on  their  current 
commitments on all contracts that have been awarded, or for which a letter of intent or 
acceptance  has  been  received,  or  for  contracts  approaching  completion,  but  for  which 
an unqualified, full completion certificate has yet to be issued. 
 
 
Name of contract  Name of Client  Total value in 
US Dollars 
Value of 
outstanding 
work (current 
US$ 
equivalent) 
Estimated 
completion 
date 
1.       
 
 
2.       
 
 
3.       
 
 
4.       
 
 
5.       
 
 
6.       
 
 
 
 
This information is declared to be correct by (Tenderers authorised representative) 
 
 
Name                                   Signature 
 
 
Position in the Firm                Date 
 
 
 
SCHEDULE OF SPARES DELIVERY 
FORM (6)           
Provision of after sales service 
 
Tenderers and each partner to a tender should provide information on their after sales 
service on provision of spares for the last eight years. 
  
114 
 
 
 
Name of Client  Spares ordered  Date 
ordered 
Date 
delivered 
1.       
2.       
3.       
4.       
5.       
6.       
7.       
8.       
9.       
10.       
11.       
12.       
13.       
14.       
 
 
This information is declared to be correct by (Tenderers authorised representative) 
 
 
Name                                   Signature 
 
 
Position in the Firm                Date 
  
115 
 
LITIGATION HISTORY 
 
Name of tenderer or partner of a joint venture/consortium 
 
 
 
tenderers, including each of the partners of a joint venture/consortium, should provide 
information on any history of litigation or arbitration resulting from contracts executed 
in the last five years or currently under execution. A separate sheet should be used for 
each partner of a joint venture/consortium. 
 
Year  Award For 
Or Against 
Applicant 
Name of client, cause of litigation, 
and matter in dispute 
Disputed amount (current 
value, US$ equivalent) 
       
       
       
       
       
       
       
       
       
       
       
       
       
       
       
       
       
 
This information is declared to be correct by (Tenderers authorised representative) 
 
 
Name                              Signature 
 
 
Position in the Firm                Date 
  
116 
 
 
 
OTHER SUPPLEMENTARY INFORMATION 
 
1.  Financial  reports  for  the  last  five  years,  balance  sheets,  profit  and  loss 
statements, auditors reports etc.  List them below and attach copies. 
 
 
 
 
2.  Name,  address  ,  telephone,  telex,  fax  numbers  of  the  Tenderers  Bankers 
who may provide reference if contacted by the Employer. 
 
 
 
 
 
 
 
 
 
 
 
 
I certify that the above information is correct. 
 
       
Title        Signature      Date 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
  
117 
 
 
 
Section G: 
 
1. Technical Schedules 
 
Bidders shall complete the technical schedules in their entirety at the time of tendering. 
The  schedules  are  extracted  from  the  main  specifications.  Refer  to  the  main 
specification and annexes for details. 
 
Note 1 
The bidder is expected to indicate, as the case may apply,  
o  Equipment rating, features, standards used, etc  
o  Whether the offer complies with the specified clause of the tender document ( 
Compliant or Not Compliant) 
 
Note 2  
The contractor shall provide layout drawings, detailed drawings, brochures, datasheets 
as  reference  documents  that  shall  clearly  show  the  equipment  offered,  associated 
features indicated in the technical schedule.  
 
 
Clause   Item  Description
1 
  Reference in bid 
documents
2
 attached 
1.3            TECHNICAL SPECIFICATIONS FOR MATHIOYA PENSTOCK 
1.3.1         TURBINE 
1.3.1  Turbine Power Output     
1.3.1.1  Spiral casing with 
necessary relief valves 
   
1.3.1.2  Draft tube elbow     
1.3.1.3  Stainless steel runners 
with integral wearing rings 
   
1.3.1.4  Oil Lubricated Babbitt 
bearings with external 
coolers 
   
1.3.1.5  Turbine distributor     
1.3.1.6  Machine shaft      
1.3.1.7  Shaft Seal     
1.3.1.8  Governor      
1.3.1.9  Cooling water system      
1.3.1.10  Instrumentation RTDs     
1.3.1.11  Embedded section of 
penstock lying between the 
MIV and the Spiral casing 
   
1.3.1.12  Turbine Main Inlet Valves 
(MIV)  
   
1.3.1.13  Technical performance 
guarantees will include; 
   
  
118 
 
(i) Guaranteed turbine 
output 
(ii) Cavitation guarantee  
(iii) Turbine efficiencies 
(iv) Safe operating range 
1.3.2         PORTAL VALVE 
  Option 1:  
Fitting of a new 
hydraulically operated 
portal  
   
  Option 2:  
UPGRADING of the 
existing portal valve  
   
1.3.3          GENERATOR 
1.3.3.1  Generator output     
1.3.3.2  Static Excitation with AVR 
and Excitation transformer 
as specified in Annex 4 
   
1.3.3.3  CO2 Fire Detection and 
Suppression System 
   
1.3.3.4  Generator instrumentation      
1.3.3.5  Oil Lubricated bearings     
1.3.3.6  Generator Earthing      
1.3.3.7  Hydraulic operated brakes      
1.3.4          UNIT CONTROL AND SCADA SYSTEM 
1.3.4.1  Unit PLC      
1.3.4.2  Manual Control Facility at 
each system/equipment 
   
1.3.4.3  Synchronizing system      
1.3.4.4  Remote connection facility 
for Control from Tana 
Power Station 
   
1.3.4.5  Dam level monitoring     
1.4            TECHNICAL SPECIFICATIONS FOR MARAGUA PENSTOCK 
1.4.1         TURBINE 
1.4.1  Turbine output     
1.4.1.1  Spiral casing with 
necessary relief valves 
   
1.4.1.2  Draft tube elbow     
1.4.1.3  Stainless steel runners 
with integral wearing rings 
   
1.4.1.4  Oil Lubricated Babbitt 
bearings with external 
coolers 
   
1.4.1.5  Turbine distributor      
1.4.1.6  Machine shaft      
1.4.1.7  Robust shaft seal      
1.4.1.8  Governor      
  
119 
 
1.4.1.9  Cooling water system      
1.4.1.10  Instrumentation RTDs     
1.4.1.11  Embedded  section  of 
penstock lying between the 
MIV and the Spiral casing 
   
1.4.1.12  Turbine  Main  Inlet  Valves 
(MIV)  
   
1.4.1.13  Technical performance 
guarantees will include; 
(i) Guaranteed turbine 
output 
(ii) Cavitation guarantee  
(iii) Turbine efficiencies 
(iv) Safe operating range 
   
1.4.2         GENERATOR 
1.4.2.1  Generator output     
1.4.2.2  Static  Excitation  with  AVR 
and Excitation transformer 
as specified in Annex 4 
   
1.4.2.3  CO2  Fire  Detection  and 
Suppression System 
   
1.4.2.4  Generator instrumentation      
1.4.2.5  Oil Lubricated bearings     
1.4.2.6  Generator Earthing      
1.4.2.7  Hydraulic operated brakes      
1.4.3          UNIT CONTROL AND SCADA SYSTEM 
1.4.3.1  Unit PLC      
1.4.3.2  Manual  Control  Facility  at 
each system/equipment 
   
1.4.3.3  Synchronizing system      
1.4.3.4  Remote  connection  facility 
for  Control  from  Tana 
Power Station 
   
1.4.3.5  Dam level monitoring     
1.5            TECHNICAL SPECIFICATIONS FOR COMMON EQUIPMENT 
1.5.1  Switch yard equipment     
1.5.1.1 
 
Option 1 
Generator  transformer  - 
11/11KV  delta-star 
transformer  
   
1.5.1.2  Isolators on Busbar side.     
1.5.1.3  11KV Busbar     
1.5.1.4  11/0.415KV Station 
transformer  
   
1.5.2  415V Switchboard     
1.5.2.1  415V switch board with an 
automatic change over  
   
1.5.2.2  Each 415V incomer 
metering.  
   
  
120 
 
1.5.2.3  One Motor Control Center 
(MCC) for each river. 
   
1.5.2.4  One MCC for all common 
auxiliaries. 
   
1.5.3  Cabling     
1.5.3.1  New Power and Control 
cables will be provided for 
all installations.  
   
1.5.4  DC equipment     
1.5.4.1  110Vdc battery bank and 
charger with a DC 
distribution board.  
   
1.5.5  Earthing     
1.5.5.1  New earthing system for 
powerhouse and switch 
yard 
   
1.5.7  Winch     
1.5.8  Diesel Generator     
1.5.8.1  150KVA Diesel generator 
interfaced to the 415V 
Switch board 
   
1.5.9.2  Pump controls     
1.6  Mandatory Spares     
2.1  Inspection and Testing at 
Factory and at Site 
   
 
 
 
 
 
 
 
 
 
 
 
 
  
121 
 
 
2. Technical Data 
 
Tenderers must provide the technical data on all the equipment and systems to be 
supplied in the sheets below. 
 
Technical Data by Tenderer  Unit  Data 
1.   Transformers     
Step-up transformer     
Number of transformers  -  - 
Manufacturer  -  - 
3-phase oil immersed transformer  Yes/no   
Rated output power ONAN/ONAF  MVA/MVA   
Power factor at rated output  COS    
Type of cooling  -   
Rated frequency  Hz   
Voltages at full load and on-load tap-changer in 
0 position H.V./L.V. side 
kV/kV   
Voltages at no-load and on-load tap-changer in 
0 position H.V./L.V. side 
kV/kV   
Impedance voltage and MVA-base  % MVA   
Vector group and numerical index  -   
Star point of H.V. side solidly earthed  
 
Yes/no   
Impulse withstand voltage     H.V. side 
                                                     L.V. side 
kV( peak) 
kV (peak) 
 
Power frequency withstand voltage      H.V. side  kV   
Power frequency withstand voltage      L.V. side  kV   
On-load tap-changer  
  Number of steps 
  Voltage range total 
 
 
% 
 
Treatment of neutral (star point) of H.V. 
winding 
-   
Short circuit duration  Sec.   
  
122 
 
No load losses at rated voltage  kW   
Load losses at ONAN/ONAF  kW/kW   
Connection on L.V. side  -   
Total weight  kg   
Transport weight  Kg  - 
Overall dimensions    -     Height 
-  Length 
-  Width 
mm 
mm 
mm 
 
Current transformers on the H.V. bushings 
   Rated output 
   Accuracy class 
   Number of cores 
 
 
VA 
- 
- 
 
Low voltage transformer(s) (station service) 
Number of transformers 
Manufacturer 
3-Phase oil immersed transformer/cast resin  
Rated power 
Type of cooling 
Rated frequency 
Primary voltage 
Secondary Voltage 
Impedance voltage 
Vector group and numerical index 
Impulse withstand voltage                          
 H.V. side                                                                      
L.V. side 
Power frequency withstand voltage       
H.V. side                                                                          
L.V. side 
OFF  load tap-changer 
  Number of step 
  Voltage range 
 
- 
- 
- 
KVA 
- 
Hz 
kV 
kV 
% 
- 
 
kV (peak) 
kV (peak) 
 
kV 
kV 
 
 
% 
 
  
123 
 
Treatment of neutral (star point) of L.V. 
windngs 
No load losses at rated voltage 
Load losses at ONAN 
Connection on H.V. side 
Connection on L.V. side 
Total weight 
Transport weight 
Overall dimensions      -   Height 
      -   Length 
      -   Width 
 
2.   11 kV switchgear 
Manufacturer 
Type of switchgear 
Rated voltage 
Rated frequency 
Rated current of: 
  Busbars 
  Infeed circuit breakers and coupling circuit 
breaker 
  Outgoing circuit breaker  
 
Max. Voltage 
Max. Asymmetric 3-phase short circuit 
withstand current of switchgear 
 
Rated short-time current (1 sec) of switchgear 
Type of circuit breaker (SF6 or vacuum) 
Circuit beaker withdrawable 
Rated short-circuit breaking current (sym.) of 
the CB 
Rated short-circuit breaking current (asym.) of 
the CB 
- 
 
kW 
kW 
- 
- 
Kg 
kg 
mm 
mm 
mm 
 
 
- 
- 
kV 
Hz 
 
A 
A 
 
A 
 
kV 
 
kA (peak) 
kA 
- 
- 
kA 
 
kA 
 
  
124 
 
Rated short-circuit  current (1 sec.) of the CB 
Total opening time 
Rated short-circuit making current of the CB 
Rated short circuit making current of the 
earthing switch 
Rated short-time current (1 sec.) of the earthing 
switch 
Power frequency withstand voltage of the 
switchgear and circuit breakers 
 
Rated impulse withstand voltage of the 
switchgear and circuit breaker 
 
Maintenance intervals after switching  cycles 
with niminal current 
  rated short circuit 
  Motor driven circuit breakers (yes/no) 
Secondary voltage of voltage transformers 
Accuracy class:    Measuring 
                               Meter 
                                Protection 
Numerical protection relays 
Protection class of switchgear 
Cubicles dimensions (H x W x D) 
Total length of the switchgear 
Total weight 
 
3.   Low voltage switchgear 
0.415 kV switchgear 
Manufacturer 
Type 
Draw-out design 
Rated current of busbars (40
0
C ambient) 
Rated voltage 
kA 
msec 
kA (peak) 
kA 
 
kA 
 
kV 
 
kV (peak) 
 
- 
- 
- 
A 
- 
- 
- 
Yes/no 
 
IP 
mm 
mm 
kg 
 
 
 
- 
- 
Yes/no 
A 
 
V 
  
125 
 
Test voltage 
Rated short time withstand current (1 sec) 
Rated peak withstand current 
Control voltage 
Protection class 
Cubicle dimensions (H x W x D) 
Total dimensions of the main switchgear (H x W 
x D) 
Total weight 
 
Circuit breaker 
(to be completed for each type) 
Manufacturer 
Rated current 
Rated short-circuit making curent (power factor 
= 0.2) 
Rated short-circuit making current 
Rated short-time withstand current (1 sec) 
Numerical protection relays 
Short circuit protection 
Overload protection 
 
Current transformer 
Type 
Current ratio 
Dynamic current 
 
4.  DC Systems, inverters and associated 
equipment 
110 VDC main distribution 
Manufacturer 
Type 
Design with fixed mounted components  
V 
kA 
kA (peak) 
V 
IP 
mm 
mm 
 
kg 
 
 
 
- 
A 
 
kA 
kA (peak) 
kA 
yes/no 
yes/no 
yes/no 
 
 
- 
A/A 
x/N 
 
 
 
- 
- 
- 
(yes/no) 
  
126 
 
Rated voltage 
Rated current 
Short-time withstand current (1 sec) 
Control voltage 
Protection class 
Overall dimensions (H x W x D) 
Total weight 
Maximum voltage supervision  
Maximum voltage supervision (alarm) 
 
Earth fault/insulation monitoring device 
Relay type 
Setting range (alarm) 
 
 Miniature circuit breakers 
Manufacturer 
Type 
Rated current 
Rated short circuit breaking current 
 
Fused load break switch 
(to be completed for each type) 
Type 
Rated current DC 
Rated breaking current DC 
Fuse type 
Fuse monitoring 
 
110 V battery charger 
No. of battery chargers 
Manufacturer 
Type 
Rectifiers with thystors 
V 
A 
kA 
VDC 
IP 
mm 
kg 
yes/no 
yes/no 
 
 
- 
- 
 
- 
- 
V 
A 
kA 
 
- 
- 
A 
kA 
 
 
 
 
- 
- 
- 
Yes/no 
V  % 
  
127 
 
Rated input voltage 
Frequency 
Rated voltage DC 
Rated current DC 
Efficiency 
Float charging voltage per cell 
Boot  charging voltage per cell 
Charging characteristics IU (yes/no) 
Voltage ripple 
Radio Interference suppression (N) 
Protection class 
Noise level (1m) 
Main dimension (H x W xD) 
Weight 
 
110 V battery 
No. of batteries 
Manufacturer 
Type 
Electrolyte 
Rated voltage 
Number of cells 
Rated discharge current (1 hr) 
Rated capacity for 1 hour 
Charging current 
Short-circuit current 
Final voltage of cell after 1 h rated discharge 
current 
 
Main dimensions 
Single cell (length x Width x height) 
Total dimensions of assembled battery 
(length x width x height) 
 
Hz 
V  % 
A  % 
- 
V/Cell 
V/Cell 
- 
% 
- 
 
IP 
dB(A) 
mm 
kg 
 
 
- 
- 
- 
- 
V 
- 
A 
Ah 
A 
A 
V 
 
 
 
mm 
mm 
 
  
128 
 
Total weight of one battery cell 
 
Inverter 
Manufacturer 
Type 
Rated input DC voltage 
Rated input DC current at full load 
(cos phi=0.8) 
Rated output AC voltage 
Output AC frequency 
Rated power at cos phi = 0.8 
Overload capability 5 seconds 
Dyn. Voltage deviation at 100% load cycle 
Correction time in case of load changes from 
0% to 100% load 
Regulation range of output AC range 
Distortion factor K over the load range 
Wave form 
Radio interference supression 
Type of cooling 
Protection class of cubicles 
Height x width x depth of cubicles for one 
inverter 
Total weight 
 
Electronic change-over equipment 
Manufacturer 
Type 
Thyristor, switches, electronic controlled 
Rated input voltage 
Rated power at cos phi = 0.8 
Overload capability for 5 sec. 
Radio interference supression 
kg 
 
 
- 
- 
V % 
 
A 
V 
Hz % 
kVA 
x|n 
% 
Msec 
  % UN 
% 
- 
- 
- 
IP 
mm 
kg 
 
 
- 
- 
Yes/no 
 
 
V 
kVA 
xPN 
  
129 
 
 
Protection class of cubicles 
Type of cooling 
Height x width x depth of cubicles for one 
electronic change-over equipment 
 
Total weight 
 
400/230 V safe AC switchgear (UPS) 
Manufacturer 
Type 
Distribution with fixed mounted components 
Rated voltage 
Rated current of busbars 
Short-time withstand current (1sec) 
Total voltage 
 
24 VDC main distribution (if applicable) 
Manufacturer 
Type 
Design with fixed mounted components  
Rated voltage 
Rated current 
Short-time withstand 
Control voltage 
Protection class 
Overall dimension (H x W x D) 
Total weight 
 
DC/DC converters (if applicable) 
Manufacturer 
Type 
Rated input DC voltage 
Rated input DC current at full load 
- 
IP 
- 
mm 
 
kg 
 
 
- 
- 
- 
V 
A 
kA 
V 
 
 
- 
- 
(yes/no) 
V 
A 
kA 
VDC 
IP 
mm 
kg 
 
 
- 
- 
V  % 
A 
  
130 
 
Rated output DC voltage 
Rated output DC current 
Overload capability 5 seconds 
Regulation range of output DC voltage 
Wave form 
Efficiency 
Radio interference surpression 
Type of cooling 
Protection class of cubicles 
Height x width x depth of cubicles for one 
converter 
Total weight 
 
5.  Cables and cable trays 
11kV MV power cables, single core 
Manufacturer 
Cable type 
Conductor material 
Rated voltage 
Impulse withstand voltage 
Frequency 
Insulation 
Star point of 11 kV system isolated   yes/no 
 
11kV MV. Power cables, three core 
Manufacturer 
Cable type 
Conductor material 
Rated voltage 
Impulse withstand voltage 
Frequency 
Insulation 
Star point of 11 kV system isolated    
V  % 
A 
X/N 
 % UN 
% 
% 
- 
- 
IP 
mm 
kg 
 
 
 
 
- 
- 
- 
kV 
kV (peak) 
Hz 
- 
- 
 
 
- 
- 
- 
kV 
kV (peak) 
Hz 
- 
yes/no  
  
131 
 
 
0.4 kV LV power cables 
Manufacturer 
Cable type 
Conductor material 
Rated voltage 
Test voltage 
Frequency 
Insulation 
 
Cable trays 
Manufacturer 
Basic material 
Corrosion resistant      yes/no 
Hot-dip galvanized    yes/no 
Average coating thickness (hot-dip) 
Additional coating and treatment for cable trays 
in areas with increased exposure  to corrosion        
yes/no 
Which additional coating/treatment? 
(short explanation of measures) 
 
6.  Fire alarm system 
Manufacturer 
Type 
Quantity of automatic detectors 
Quantity of manual fire alarm push-buttons 
 
Fire Alarm central station 
Number of cubicles 
Dimension per cubicle 
Power requirements 
Main supply voltage 
 
 
- 
- 
- 
kV 
kV 
Hz 
- 
 
 
- 
- 
- 
- 
mm 
 
- 
 
- 
 
 
- 
- 
- 
- 
 
 
 
- 
mm 
VA 
V 
  
132 
 
Operating voltage of fire alarm lines 
Maximum number of alarm lines possible 
Fault detection system for wire breakage 
Earth fault, short circuit 
 
7.  Emergency diesel generator 
Type 
Design 
Rated output at guarantee site conditions (see 
DIN 6270 A/ISO 3046 measured at generator 
terminals) 
 
Operating hours per year 
 
Number of strokes 
 
Rated speed (max.) 
 
Cooling system 
 
Starting time to full load operation 
Capacity of fuel oil day tank 
Vibration displacement at rated speed and 
steady load conditions 
 
Vibration root mean square velocity of 
 
Generator 
Manufacturer 
Type 
Apparent power at guarantee site conditions 
measured at generator terminals 
 
Power factor 
Generator cooling system 
Frequency 
Terminals 
Voltage 
Voltage regulator 
V 
- 
Yes/no 
Yes/no 
 
 
- 
- 
kW 
 
 
h 
 
rpm 
- 
- 
Sec 
1 
Mm 
cm/s 
 
- 
- 
kVA 
- 
- 
Hz 
- 
V 
- 
  
133 
 
Protection class of generator 
Insulation class of generator and exciter 
Permissible operation according to insulation 
class 
Type of excitation system 
 
 
11 kV disconnector with earthing switch 
Applicable standard 
Type 
  
Rated voltage 
Rated nominal current 
Rated lighting impulse withstand voltage 
Rated power frequency withstand voltage 
Rated frequency 
Number of phases 
Rated short time current (1s) 
Rated short-circuit making  current 
Method of operation  
 
Power supply 
 
11 kV disconnector 
Applicable standard 
Type 
 Type of operation  
Rated voltage 
Rated nominal current 
Rated lighting impulse withstand voltage 
Rated power frequency withstand voltage 
Rated frequency 
Number of phases 
- 
 
Indoor/ 
outdoor 
 
 
 
 
 
 
kV  
A 
kV peak 
kVrms 
Hz 
 
kA 
kA peak 
(manual or 
motorized) 
V 
 
 
- 
- 
- 
kV 
A 
kV peak 
kVrms 
Hz 
 
kA 
  
134 
 
Rated short time current (1s) 
Rated short-circuit making  current 
Power supply 
 
11 kV circuit breaker 
Applicable 
Type of circuit breaker 
Type of arc quenching medium 
Nominal System Voltage 
Rated voltage 
Rated light impulse withstand voltage 
Rated power frequency withstand voltage 
Rated frequency 
Number of phases 
Rated normal  current A 
Rated short-circuit breaking  
Rated  short-circuit making current 
Number of tripping coils 
Number of closing coils 
Rated operating sequence (three phase auto 
reclosing) 
Maximum breaking time 
Power supply for auxiliary circuits 
First-pole-to-clear factor 
 
11 kV current transformer 
Applicable standard 
Type 
Rated voltage 
Rated short time current (1s) 
Rated primary currents: 
  For line feeder 
  For transformer feeders 
kA peak 
V 
 
 
- 
Outdoor 
SF6 
kV 
kV 
kV peak 
kV mms 
Hz 
 
A 
kA 
kA peak 
2 
1 
 
 
msec 
V 
 
 
 
 
 
kV 
kA 
A 
 
 
A 
  
135 
 
Rated secondary currents 
Number of cores: 
  For metering purpose 
  For measuring purpose 
  For protection purpose 
Rated burden for metering core 
Accuracy class 
Rated burden for measuring core 
Accuracy class 
Accuracy class 
Rated burden for protection cores 
Accuracy class 
 
11 kV voltage transformer 
Application standard 
Type 
Rated primary voltage 
Rated secondary voltage (second winding) 
Rated output 
Accuracy class: 
  For metering 
  For measuring 
  For protection 
Creepage distance - minimum 
 
11 kV lighting arrester - gapless zinc-oxide 
type 
Applicable standard 
Type 
Rated continuous voltage 
Rated discharge current 
Rated frequency 
 
- 
- 
- 
VA 
- 
VA 
- 
- 
VA 
- 
 
 
- 
- 
kV 
kV 
VA/VA 
 
- 
- 
- 
mm 
 
 
 
 
 
 
kV 
 
 
  
136 
 
Arrester classification 
Creepage distance  minimum 
Type 
Counter indication 
Protection class 
 
Number per 3 arresters 
 
Busbar conductors 
Type/material 
Rated current (with max. Allowed 30 K 
temperature rise above max. Ambient 
temperature) 
Branch connections 
 11kV OHL Feeder 
  Overcurrent protection (50, 51, 50N, 51N) 
Manufacturer 
Type 
  Autoreclosing with synchrocheck (79,25) 
Manufacturer 
Type 
  Circuit breaker fail protection 
Manufacturer 
Type 
 
Synchrocheck Relay (25) 
Manufacturer 
Type 
Operation modes 
Voltages 
U measurement 
 measurement 
  
137