Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS...

43
Non-Refundable Bid Charge R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY, DELIVERY, OFFLOADING, INSTALLATION, TESTING AND COMMISSIONING OF 11 kV FIXED PATTERN COMPACT SWITCHGEAR PANELS TABLE OF CONTENTS OF BID ENQUIRY PAGE TECHNICAL SPECIFICATION ................................................................. 1 ANNEXURE A ............................................................................. 16 SCHEDULE A ............................................................................. 17 SCHEDULE B ............................................................................. 18 SCHEDULE C ............................................................................. 29 SCHEDULE D ............................................................................. 32 SCHEDULE E ............................................................................. 33 SCHEDULE F ............................................................................. 34 SCHEDULE G ............................................................................. 35 SCHEDULE H ............................................................................. 36 SCHEDULE I .............................................................................. 37 DECLARATION OF MUNICIPAL FEES ......................................................... 38 DECLARATION OF INTEREST ............................................................... 39 BIDDER’S QUESTIONNAIRE ................................................................. 41 RATE OF EXCHANGE QUESTIONNAIRE ....................................................... 42 ADDITIONAL DOCUMENTS: TARGETED PROCUREMENT DOCUMENTS BEE SCORE CARD SPECIAL CONDITIONS OF TENDER/CONTRACT (GOODS AND SERVICE) GOVERNMENT PROCUREMENT GENERAL CONDITION OF CONTRACT BIDDING INSTRUCTION SEALED BIDS ADDRESSED TO CITY MANAGER AND MARKED “BID E.8867: 11 kV SWITCHGEAR PANELS” MUST BE PLACED IN BID BOX LOCATED IN FOYER ON GROUND MUNICIPAL BUILDINGS, 166 K E MASINGA ROAD (FORMERLY OLD FORT ROAD) DURBAN, 4001 (AND NOT TO ANY OTHER MUNICIPAL DEPARTMENT) OR REACH PO BOX 1014, DURBAN, 4000. COMPULSORY BIDDERS MEETING All bidders and/or their representatives shall make themselves for a compulsory bidder’s meeting which will be held at 09h30 for 10h00 on ‘TBA’ at eThekwini Electricty, 01 Jelf Taylor Crescent, Durban in Third Floor Functions Room. Bids submitted by bidders who do not attend this compulsory meeting will not be considered. CONTACT PERSON FOR QUERIES On any matter on which this specification is silent, a ruling shall be sought from eThekwini Municipality, and such ruling shall then form part of the specification. For any query in connection with this specification please contact Lenny Govender (telephone number 031 311 9639) or Edward Ranyane (telephone number 031 311 9640) at eThekwini Electricity, South Africa, or telefax queries, marked for their attention, on 031 311 3614. FACSIMILE BIDS Facsimile bids are NOT accepted. PREVIOUS CONTRACT: NONE

Transcript of Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS...

Page 1: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

Non-Refundable

Bid ChargeR 1 000,00

CONTRACT/ENQUIRY E.8867

SUPPLY, DELIVERY, OFFLOADING, INSTALLATION, TESTING AND COMMISSIONING OF

11 kV FIXED PATTERN COMPACT SWITCHGEAR PANELS

TABLE OF CONTENTS OF BID ENQUIRY

PAGE

TECHNICAL SPECIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1

ANNEXURE A . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16

SCHEDULE A . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17

SCHEDULE B . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18

SCHEDULE C . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29

SCHEDULE D . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32

SCHEDULE E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33

SCHEDULE F . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34

SCHEDULE G . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35

SCHEDULE H . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36

SCHEDULE I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37

DECLARATION OF MUNICIPAL FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38

DECLARATION OF INTEREST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39

BIDDER’S QUESTIONNAIRE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41

RATE OF EXCHANGE QUESTIONNAIRE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42

ADDITIONAL DOCUMENTS:

TARGETED PROCUREMENT DOCUMENTS

BEE SCORE CARD

SPECIAL CONDITIONS OF TENDER/CONTRACT (GOODS AND SERVICE)

GOVERNMENT PROCUREMENT GENERAL CONDITION OF CONTRACT

BIDDING INSTRUCTION

SEALED BIDS ADDRESSED TO CITY MANAGER AND MARKED “BID E.8867: 11 kV SWITCHGEAR PANELS”

MUST BE PLACED IN BID BOX LOCATED IN FOYER ON GROUND MUNICIPAL BUILDINGS, 166 K E MASINGA

ROAD (FORMERLY OLD FORT ROAD) DURBAN, 4001 (AND NOT TO ANY OTHER MUNICIPAL DEPARTMENT)

OR REACH PO BOX 1014, DURBAN, 4000.

COMPULSORY BIDDERS MEETING

All bidders and/or their representatives shall make themselves for a compulsory bidder’s meeting which will be held

at 09h30 for 10h00 on ‘TBA’ at eThekwini Electricty, 01 Jelf Taylor Crescent, Durban in Third Floor Functions Room.

Bids submitted by bidders who do not attend this compulsory meeting will not be considered.

CONTACT PERSON FOR QUERIES

On any matter on which this specification is silent, a ruling shall be sought from eThekwini Municipality, and such ruling

shall then form part of the specification. For any query in connection with this specification please contact Lenny

Govender (telephone number 031 311 9639) or Edward Ranyane (telephone number 031 311 9640) at eThekwini

Electricity, South Africa, or telefax queries, marked for their attention, on 031 311 3614.

FACSIMILE BIDS

Facsimile bids are NOT accepted.

PREVIOUS CONTRACT: NONE

Page 2: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 1 of 42

TECHNICAL SPECIFICATION

FOR

11 kV FIXED PATTERN COMPACT SWITCHGEAR PANELS

1.0 SCOPE

This specification details the manufacture, supply, delivery and installation and commissioning for factory non-

withdrawable, assembled metal-enclosed switchgear for rated voltages of 12 kV and for indoor installation.

It includes automation functionality. Enclosures may include fixed and/or removable components as specified

below and in Schedules A, B and C.

2.0 BID INFORMATION

2.1 The anticipated commencement date for this contract is ‘TBA’

2.2 Bidders may submit alternatives which in the bidder’s opinion are to eThekwini Municipality’s advantage

economically and technically. Full technical details of these alternative offer(s) shall be submitted with bid

documents. Alternate bid(s) shall be submitted on separate copies of the Bid Form(s).

2.3 Bidders shall submit bid prices, in South African Currency, on the Bid Form for the estimated quantities given

in Schedule A.

2.4 The quoted bid prices shall include delivery charges to and off loading at eThekweni Electricity, Main Stores,

11 Electron Road, (off Umgeni Road), Springfield, Durban, South Africa, unless otherwise specified.

2.5 Each bidder shall complete fully and accurately the following documents, viz. Schedule B to G, Declaration

of Municipal Fees Form, Declaration of Interest Form, Bidders Questionnaire, Bid Form, Rate of

Exchange Questionnaire and Targeted Procurement Document, and submit aforementioned documents

with its bid. Remaining bid documents issued with this enquiry, such as Special Conditions of Tender/Contract

(Goods and Services) and Government Procurement General Conditions shall be detached and retained by

the bidder.

2.6 The adjudication of the bids will be based upon the per unit bid price for the item, upon each bidder’s

responsiveness and also upon the 90/10 targeted procurement point system in accordance with eThekwini

Municipality’s Targeted Procurement Policy. The evaluation will also be based on the collective sum of a

typical switchboard. This switchboard shall comprise of the following:

(a) 2 × Item 1

(b) 3 × Item 2

(c) 1 × Item 3

(d) 1 × Item 4

(e) 3 × Item 5

(f) 6 × Item 6

(g) 7 × Item 7

(h) 1 × Item 8

(i) 1 × Item 13

2.7 Item numbers of Schedule B, Schedule E, Schedule F and the Bid Form refer to corresponding item

numbers of Schedule A.

2.8 Bidders shall give full technical and descriptive details as outlined under Schedule B and submit related

literature and drawings for the items offered. Failure to supply full information may render the bid liable to

disqualification.

2.9 All drawings and documentation submitted shall become the property of eThekwini Municipality.

2.10 The cost of all tests required in this specification shall be borne by the bidder. Payment for deliveries shall not

be made until test certificates have been submitted and approved.

2.11 Price, availability, and both installation and maintenance costs to eThekwini Municipality will be taken into

account in the adjudication process.

2.12 Ethekwini Municipality reserves the right to accept more than one technically and contractually compliant bid

for part or the whole of the contract and to place orders on the basis of price and availability.

Page 3: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 2 of 42

2.13 Bidders shall not bind eThekwini Municipality to any minimum quantity per order.

2.14 The successful bidder shall be bound to supply whatever quantities eThekwini Municipality may actually

require during the period of the contract, irrespective of the extent to which the total quantities ordered may

be in excess of or below the estimated quantity for the period described in Schedule A.

2.15 Bidders are to include with their bid submission an ORIGINAL valid South African Revenue Service Tax

Clearance Certificate, or obtain one prior to the evaluation of submissions, which has sufficient validity to

ensure the process is adequately covered.

2.16 All bidders are to sign a declaration wherein they declare that their municipal fees are in order, or proper

arrangements have been made with the relevant Municipality, to pay such fees and include the relevant

account numbers in the declaration.

2.17 Should the bid prices be subject to contract price adjustments during the contract period, such as for labour

and for raw materials, the bid shall include details for calculating above adjustments in accordance with an

industrially recognised contract price adjustment formula, such as that of Steel and Engineering Industries

Federation of South Africa (SEIFSA). Note that bidded indices to be used with a SEIFSA formula are those

published two months prior to month of bid closing.

2.18 The successful bidder shall be responsible for the first maintenance cycle of the circuit breaker and its

associated panel, the relay compartment and its associated wiring and current transformer chamber. The

assumed date of the above equipments maintenance cycle shall be five years after the date of commissioning

the equipment or if earlier this shall be specified in the covering letter. The bidder shall not bid separate prices

for this service but shall include this price into the supply, delivery, offloading, installation, testing and

commissioning of the equipment specified in the Bid form. The programme of such a maintenance cycle shall

be negotiated during the contract period.

2.19 Only Bidder’s registered or applied for registration within 7 days from date of bid closing with the Construction

Industry Development Board (CIDB) and graded as EE5 or higher will be considered for adjudication. The

Bidder shall be responsible for the submission of the confirmation of such an application within 7 days from

date of bid closing.

3.0 NORMATIVE REFERENCES

3.1 The following standards contain provisions that through reference in the text, constitute requirements of this

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

3.1.1 BS 5227Specification for ac metal-enclosed switchgear and controlgear for rated voltages

above 1 kV and up to and including 72,5 kV

3.1.2 IEC 60051 Direct acting analogue electrical measuring instruments and their accessories

3.1.3 IEC 60056 High-voltage alternating-current circuit-breakers

3.1.4 IEC 60137 Bushings for alternating voltages above 1000 V

3.1.5 IEC 60255 Electrical relays

3.1.6 IEC 60269-1 Low-voltage fuses - Part 1 : General requirements

3.1.7 IEC 60269-2Low-voltage fuses - Part 2: Supplementary requirements for fuses for use by

authorized persons (fuses mainly for industrial applications)

3.1.8 IEC 60694Common clauses for high-voltage switchgear and controlgear standards Amendment

No. 1: 1985

3.1.9 IEC 61850 Communication Networks and Systems in Substations

3.1.10NRS 003 / SANS

1885:2008

AC metal-enclosed switchgear and controlgear for rated voltages above 1 kV and up

to and including 36 kV

3.1.11 NRS 012Cable terminations and live conductors within air insulated enclosures (insulation co-

ordination) for rated a.c. voltages of 7,2 kV and up to and including 36 kV

3.1.12 SABS 1091 National colour standards

3.1.13 SABS IEC 44 Current transformers and Voltage transformers

Page 4: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 3 of 42

3.1.14 SABS SM 147 Resistance to scratching of paint films

3.1.15 SABS SM 155 Resistance to salt fog on paint films

3.1.16 SABS ISO 1461 Hot dip galvanised coatings on fabricated iron and steel articles

3.1.17 SANS 1019 Standard voltages, currents and insulation levels for electricity supply

3.1.18 SANS 1574 Electric cables - Flexible cords and flexible cables

3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers

3.1.20 SANS 60044-2 Instrument transformers - Part 2: Inductive voltage transformers

3.1.21 SANS 60265-1High Voltage Switches-Part 1, High voltage switches for rated voltage above 1 kV and

less than 52 kV

3.1.22 SANS 62271-100High-voltage switchgear and controgear - Part 100: Alternating-current circuit-

breakers

3.1.23 SANS 62271-200High-voltage switchgear and controlgear - Part 200: A.C. metal-enclosed switchgear

and controlgear for rated voltages above 1 kV and up to and including 52 kV

3.2 Bidders shall note that, as all standards are subject to revisions, they are encouraged to investigate the

possibility of applying the most recent edition of the above standard.

4.0 REQUIREMENTS

4.1 Systems and Operating conditions

The circuit breaker and associated equipment are for use in indoor enclosures which form part of eThekwini

Electricity's medium voltage (11 kV) system and shall be designed to operate satisfactorily when subjected

to the following operating conditions:

No. Description Detail

4.1.1 Climate humid and sub-tropical

4.1.2 Altitude from sea-level to 1 000 m

4.1.3 Ambient temperature from 0°C to 50°C

4.1.4 Maximum relative humidity 98%

4.1.5 Highest system phase-to-phase voltage 12 kV

4.1.6 System frequency 50 Hz

4.1.7 System neutral earthing solidly

4.1.8 Rated normal current 630 A

4.1.9 Fault level 20 kA

4.1.10 Service configuration of switchboard In-line extendable to form a continuous bank

4.2 General description

4.2.1 The circuit breaker panels required shall be of the universal type wired for overcurrent/earth fault, sensitive

earth fault and dual mode cable differential protection and the panels shall be suitably blanked to

accommodate the following relays options:

(a) Incoming circuit breaker - with protection class (5P20) current transformers, protection (PX class)

current transformers wired for cable differential protection, overcurrent and earth fault protection and

internal arc detection protection.

(b) Distributor circuit breaker - with protection class (5P20) current transformers, protection (PX class)

current transformers wired for cable differential protection, overcurrent, earth fault protection, sensitive

earth fault protection, auto-reclosing functionality and internal arc detection protection.

Page 5: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 4 of 42

(c) Distribution circuit breaker - with voltage transformer and protection class (5P20) current transformers,

measuring class (0,2) current transformers wired overcurrent and earth fault protection and internal arc

detection protection.

4.2.2 The communication and SCADA requirements will enable remote control and monitoring of the switchgear.

5.0 DESIGN AND CONSTRUCTION

5.1.1 The metal enclosed switchgear shall comply with NRS 003/SANS 1885:2008 and SANS 62271-200.

5.1.2 Circuit-breakers shall be designed in accordance with SANS 62271-100.

5.1.3 The circuit-breaker shall be of the fixed type and comply with the requirements of clause 4.3.3 of SANS

1885/NRS 003: 2008.

5.1.4 The circuit-breaker shall be fixed and compact, maximum dimensions of which is specified in Schedule B.

5.1.5 The circuit breaker shall have definite mechanical indication, clearly visible from the front of the panel, to show

the following:

(a) circuit-breaker open and closed indications, which shall be visible with the circuit-breaker in any

position, where applicable;

(b) stored energy device charged or discharged.

5.1.6 The primary insulation (where arc interruption occurs) of circuit-breakers shall be of the vacuum type. The

6secondary insulation shall be either air, SF , solid or a combination.

5.1.7 The circuit-breaker operating mechanism shall be an integral part of the circuit-breaker unit.

5.1.8 The mechanism for closing the circuit breaker shall be initiated electrically and the opening shall be both

electrically and mechanically. These devices shall be suitable for operation at any voltage between 70% and

110% dc, as measured at the terminals of device. The circuit breaker shall close when an electrical pulse of

100 ms is applied to the closing coil.

5.1.9 In the case of a spring-charged closing mechanism with a coil-operated release, the total coil power shall not

exceed 1,5 kW per circuit breaker.

5.1.10 Adequately rated "a"and "b" control contacts shall be provided on each breaker.

5.1.11 The electrical tripping circuit of a circuit-breaker shall be isolated when the circuit-breaker is in the earthing

position.

5.1.12 A mechanical trip facility shall be provided.

5.1.13 Provision shall be made for electrically opening and closing of the circuit breaker via a umbilical cord.

5.2 Auto-reclose circuit breakers

If required for Items 2 and 3 as specified in Schedule A of the technical specification provision shall be made

in the cable termination compartment to accommodate surge arresters. The overall dimensions of the cable

termination compartment shall not increase.

5.3 Earthing Switches

5.3.1 Each panel excluding the bus-section panel shall have circuit side (power cable) earthing facilities that are

rated for fault-making and is tested in accordance with IEC 60129.

5.3.2 Circuit-side earthing shall be of an integral earthing type either to the circuit breaker or the panel.

53.3 All earthing switches and earthing devices shall be fully rated for the specified short time withstand of the

panel.

Page 6: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 5 of 42

5.3.4 The frame of each earth switching device shall have a reliable earthing terminal that has a clamping bolt for

connection to an earth conductor rated for the specified fault conditions. The diameter of the clamping bolt

shall be at least M12.

5.3.5 Each switchgear panel shall include a copper earthing bar at least 25 mm wide with a cross-sectional area

of at least 125 mm , to facilitate earthing of cable sheaths and armour. The earth bar shall be suitable for2

interconnection to the adjacent switchgear panels. The current density in the earthing conductor shall be 200

A/mm minimum. If the earthbar is exposed to the atmosphere it shall be tinned.2

5.4 Enclosure

5.4.1 Enclosures shall be metallic and shall have a degree of protection of IP2X according to Table 6 of IEC 60694.

5.4.2 Covers or doors that give access to tool-based accessible power compartments shall comply with clause

5.102.2(a) of SANS 62271-200.

5.4.3 Covers or doors that give access to interlocked accessible power compartments shall comply with clause

5.102.2(b) of SANS 62271-200.

5.4.4 Inspection windows shall comply with clause 5.102.4 of SANS 62271-200.

5.4.5 Service continuity of the switchgear shall be category LSC2A or LSC2B.

5.4.6 The switchgear shall have a partitioning class of the switchgear shall be PM as specified in clause 8.2.3 of

SANS 62271-200.

5.5 Internal Arc Classification

The switchgear shall be tested according to SANS 62271-200, with the following additional requirements:

(a) All power compartments shall be tested ie. “busbar compartment, circuit breaker compartment, cable

compartment and current transformer compartment”.

(b) All panels shall be tested with the correct size current transformers.

(c) W here power cables impede the venting of the compartment, they shall be installed for testing

purposes.

(d) Test shall be carried out according to “Type A” ie “Metal-enclosed switchgear and controlgear with

accessibility restricted to authorised personnel only”.

(e) The testing conditions shall be represented as close as possible to those of normal service. They shall

be represented by a floor, the ceiling above the top of the power compartments, lateral and rear walls.

The clearance of the room simulation shall be in accordance with clause A.3.2 (a) of SANS 62271-200.

The arrangements of the cotton indicators shall be in accordance with clause A.3.3.1 and A.3.3.2 (a)

of SANS 62271-200.

(f) Test voltage, current and duration for 11 kV panels shall be 12 kV/20 kA for 500 ms.

(g) The internal arc classification shall be IAC AF.

Note: All switchgear panels shall be fitted with an internal power arc detection and clearance protection

system.

5.6 Cable compartment

5.6.1 Cable compartments shall be suitable for the termination of the cables in air and shall comply with the

requirements of NRS 012.

5.6.2 The cable trench below the cable termination compartment is fitted with chequer plates. The method of

supporting the cable shall not interfere with the removal of these chequer plates.

5.6.3 The phase sequence on all cable terminations shall be identical on all panels in the switchboard.

5.6.4 Bushings shall be Type C dimensions or similar.

5.7 Busbars

5.7.1 The busbars and connections shall comply with BS 159, BS 162 and BS 5227.

5.7.2 Busbars shall be of copper and supported by suitable insulators and shall be capable of withstanding the rated

short time withstand.

Page 7: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 6 of 42

5.7.3 End panel of the switchgear shall be fitted with end busbar and shall allow for future extensions.

5.7.4 Solid insulated busbars shall be screened.

5.8 Current transformers

5.8.1 Current transformers shall comply with the requirements of SANS 60044-1

5.8.2 The class and ratio of all current transformers shall be specified in Schedule B4.

5.8.3 The number of current transformers shall conform with the requirements listed in Schedule A.

5.8.4 The limits of temperature rise of the windings of the current transformers at the full load continuous primary

current rating of the switchgear panel shall comply with SANS 60044-1.

5.8.5 All current transformers shall be naturally air cooled. Their secondary terminal connections shall be safely and

readily accessible with the circuit isolated. The current transformers in a switchgear panel shall be readily

accessible with only the circuit-side isolated for removal/replacement without extensive dismantling of primary

circuits.

5.8.6 All the current transformers shall have a short-time current time rating of not less than the short-time current

rating of the associated switchgear panel.

5.8.7 Current transformers specified for overcurrent and earth fault protection may also be used for indicating

instruments provided that the current transformers are suitably rated and accuracies can be maintained within

the specified limits. If separate current transformers are used for indications then the ratio of both sets of

current transformers.

5.8.8 Each current transformer shall be fitted with rating plates.

5.8.9 Approved means should be incorporated to allow primary injection testing to be carried out after the panel is

in service.

5.8.10 All terminals of the current transformers shall be terminated individually into shorting blocks in the relay

compartment to facilitate changing of the star point.

5.8.11 Metering class current transformers shall only be fitted to Item 3 of Schedule A.

5.9 Voltage transformers

5.9.1 Voltage transformers shall be fitted to Items 3 of Schedule A and this shall be specified at the time of order.

5.9.2 Voltage transformers shall comply with the requirements of SANS 60044-2 and should be of the encapsulated

type that is totally encapsulated in epoxy resins or other suitable material.

5.9.3 Fixed or withdrawable type voltage transformers shall be fitted in a metal screen, which shall be earthed.

5.9.4 Voltage transformers shall be so arranged that they can be isolated and removed when the associated circuit

is dead.

5.9.5 The voltage transformer primary bushings shall be connected to the circuit-side.

5.9.6 The voltage transformer unit shall be complete with low voltage fuses.

5.9.7 Lockable metal shutters for withdrawable voltage transformers shall be provided to cover the fixed isolating

contacts automatically when the voltage transformer is withdrawn/removed. Padlocking facilities shall be

provided for locking these shutters in the closed position and for locking the voltage transformer in the

isolate/removed position.

6.0 INSTRUMENTS

6.1 All instruments shall be flush-mounted industrial type instruments that comply with the requirements of the

relevant parts of IEC 60051.

6.2 A combined ammeter/thermal maximum demand indicator shall be provided. The ammeter shall be provided

with scales, namely, 0-240 A and 0-480 A (or nearest standard). The scales shall be either located on

Page 8: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 7 of 42

opposite sides of the front face or alternatively the scales may be separately supplied with each panel.

Ammeters installed in the incoming panels shall be fitted with the 0-480 scale whilst distributor panels shall

be fitted with 0-240 A. All ammeters shall be suitably protected from damage as a result of the passage of full

rated fault current through the associated switchgear and shall therefore be fitted with saturation CT’s. The

ammeter shall be wired directly into the white phase CT secondary wiring and no selector switch must be

provided.

6.3 The required instruments ammeter, alarm cancellation switch, local/remote switch, CT test block, trip test jack

plug and luminous indicator and protection relays shall be provided on the switchgear and shall be clearly

visible and operable from a standing position in front of the relay compartment. W ith respect to bus-section

relay compartment the required instruments is an alarm cancellation switch, local/remote switch, a open and

close switch and open/close plug.

7.0 COMMUNICATION AND SCADA ACCESSORIES

The Communication and SCADA Accessories consist of:

(a) A substation SCADA Gateway, which is linked through an available communication channel to the

remote SCADA Master station, and enables remote control and monitoring of the substation;

(b) A Communication panel, which accommodates the SCADA gateway, other communication equipment

and terminations into the communication system of eThekwini Electricity;

(c) A Substation Ethernet Switch, to connect all ethernet devices to the substation LAN;

(d) A Communication Cabling System, to link relays and other devices to the SCADA gateway, or

Substation Ethernet Switch.

7.1 SCADA Gateway

7.1.1 The SCADA gateway shall be a slave to eThekwini Electricity’s SCADA master station and shall be able to

communicate fully over DNP3.0 supporting both solicited and unsolicited modes.

7.1.2 The communication configuration of the SCADA Gateway for communication with substation devices shall

be according to IEC 61850, using the single Substation Configuration Tool according to the IEC 61850

specification and must make use of the Substation Configuration Language. The SCADA gateway shall be

a master to the protection relays.

7.1.3 The following ports shall be provided for at the SCADA Gateway.

(a) One RS232 port (19 kbaud) (DNP3.0), to be used for external communication eg. modem;

(b) One RS232 port (19 kbaud) for configuration;

(c) One RS485 port for IED communication;

(d) One 100baseT Ethernet RJ45 port (DNP3.0), and

(e) One 100baseT Ethernet RJ45 port (IEC 61850) shall be provided for the connection between the

SCADA Gateway and the substation Ethernet switch.

7.1.4 The SCADA Gateway shall have a standard IRIG-B external time synchronising input.

7.1.5 The contractor shall be responsible for the full commissioning of the SCADA Gateway.

7.1.6 The SCADA Gateway shall have an additional 32 discrete inputs and 12 double discrete outputs which shall

be time stamped by the SCADA Gateway.

7.1.7 The SCADA Gateway shall be powered from the substation 110 V DC battery trip unit, and be protected to

withstand and operate at boost level voltages.

7.1.8 A functional demonstration of the IEC 61850 communication between at least one relay and the SCADA

Gateway and the DNP3.0 communication between the SCADA Gateway and eThekwini Electricity’s SCADA

front end processor is required as soon as possible after contract award. The ability of the SCADA Gateway

to connect through an Ethernet network to eThekwini Electricity’s SCADA front end processor shall be

demonstrated. The cost of the demonstration shall be included in the cost of the SCADA Gateway.

7.2 Communication Panel

7.2.1 The Communication panel shall accommodate 19" rack-mounted equipment and be IP55 rated. It shall be

600 x 600 x 2 100 mm with top entry for cables to relays and equipment in other panels. A base gland plate

with at least four knock-out 50 mm holes and four knock-out 25 mm holes shall provide for the entry of cables

other equipment, fibre cables if present, or secondary cables such as the DC and AC power cables.

Page 9: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 8 of 42

7.2.2 The communication panel shall be able to accommodate a SCADA gateway, an Ethernet switch, an IRIG-B

clock, and have approximately 15U (650mm) of space to accommodate any future termination trays and

communication equipment.

7.2.3 The panel shall be floor mounted with three-point secure lockable metal doors at the rear and front. The keys

for all communication panels supplied shall be standard at all substations.

7.2.4 Provision shall be made for adequate ventilation of all equipment to prevent over-heating. Suitable surge

protection, shielding, earthing and bonding shall be shall be installed to prevent damage to equipment due

to induced surges.

7.3 Substation Ethernet Switch

7.3.1 Although galvanic connectivity is specified, as an alternative it is acceptable to use 980/1000:m synthetic fibre

and appropriate connectivity on communication equipment. (Note: It is proposed that at this stage CAT 6

cabling is most appropriate within the medium voltage environment, therefore all connected equipment shall

follow the CAT 6 standard - as glass fibre may be impractical at this stage. Synthetic fibre - which is more

manageable, and more rugged, is a possible alternative if the manufacturer desires.)

7.3.2 The relays and the SCADA Gateway will be connected to an Ethernet switch using CAT6 STP cables.

7.3.3 The Ethernet switch shall be ruggedised, suitable for a substation environment and comply with IEC 60255

and IEC 61850-3. The Ethernet switch is required to be powered from the substation 110 V DC battery trip

unit, and be protected to withstand and operate at boost level voltages.

7.3.4 The Ethernet switch shall provide sufficient ports for all equipment plus and at four spare 10/100 BaseT ports.

7.3.5 More than one Ethernet switch to meet the required number of ports will be accepted. Regardless of the

number of switches offered switches shall be ‘stackable’ to enable additional switches to be connected and

the links between switches shall be at least 100 MB/sec.

7.3.6 Screened RJ45 connectors shall be used for STP cable connections on the Ethernet switch.

7.3.7 The Ethernet Switch shall be mountable on a 19 inch rack.

7.4 Substation Communication Cabling

7.4.1 CAT6 STP cable will be used to connect between the Ethernet Switch and all IEC 61850 relays.

7.4.2 CAT6 STP cables shall be appropriately earthed and screened, and fitted with screened RJ45 connectors.

7.4.3 The CAT6 STP communication cable shall be housed in 100 mm x 100 mm PVC trunking mounted along the

length of the top of the 11 kV switchboard (where applicable), between the 11 kV switchboard and the

communication panel.

7.4.4 The PVC trunking arrangement is subject to the Engineer’s approval for non-IEC 61850 Relays.

7.4.5 If protection relays that are not IEC 61850 compliant are offered then these relays shall be networked via the

RS 485 port supporting multidrop DNP3.0 communication or TCP/IP DNP3.0 communication, back to the

respective IED ports on the SCADA Gateway. These relays shall also provide an engineering port connection

back to an independent gateway or switch via a serial network or a LAN to facilitate remote configuration of

these relays. The media required to network the relays shall be accommodated in same PVC duct as the

CAT6 STP cable for the Ethernet network.

7.5 Clock Synchronising Network

7.5.1 Time synchronising of the relays and the SCADA Gateway shall be implemented via a local GPS clock housed

in the communication panel. The GPS clock shall communicate via the local IEC 61850 network and therefore

shall have a single ethernet port (RJ45) to facilitate this communication. The relays and SCADA Gateway shall

time synchronised via this method.

7.5.2 The bus-wires required to network the relays and SCADA Gateway shall be accommodated in same PVC duct

as the CAT6 STP cable for the Ethernet network.

7.5.3 The GPS clock shall be powered from the substation 110 V DC battery trip unit, and be protected to withstand

and operate at boost level voltages.

Page 10: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 9 of 42

8.0 PROTECTION RELAYS

8.1 General

8.1.1 All protection relays shall be numerical type microprocessor based unless otherwise approved by the

Engineer.

8.1.2 All protective relays shall be of the flush mounting, withdrawable type and shall be contained in dust-proof

cases (IP55 rating) with an interior finish of alum inium or other approved material. The relays shall be

constructed in such a manner that facilitates a quick replacement of modules or the complete relay.

8.1.3 All DC operated relays shall operate satisfactorily in a voltage range of minus 20% to plus 20% of the nominal

battery voltage specified in Schedule A.

8.1.4 Numerical relays shall have a keypad and LCD type interface accessible from the front. This shall provide a

facility to amend settings manually from the keypad. All functions except the reset function shall be password

protected.

8.1.5 Relays shall have sufficient labelled LEDs to indicate the cause of trip and other status indications shown in

drawings issued with this bid.

8.1.6 The relay LCD shall display text messages which shall default to the phase currents and voltages when the

relay is in normal service. Relays shall be provided with an LCD mimic to indicate the status of switchgear and

measured values in the feeder bay. In this case, the display shall default to the mimic.

8.1.7 W here tripping and closing contacts are required, these shall be adequately rated.

8.1.8 Relays shall be provided with an alarm contact which closes when the relay fails.

8.2 Logic capabilities and engineering functions

8.2.1 The relays shall have an event configurable ocillographic recording capability for at least 3 events. The relay

shall be programmable to select whether storage of recordings are non-overwriting or overwriting (ie first in,

first out). Ocillographic recordings shall be available in “COMTRADE” format.

8.2.2 All control logic functionality should be implemented within the relay. W here auxiliary contact copying relays

and/or timers are required in protection schemes, these shall be protection class and the use of these shall

be to the approval of the Engineer.

8.2.3 The relay shall be capable of accepting the changing of individual protection settings while in service.

8.2.4 Engineering functions and programming of the relay shall be possible using a PC via a 10/100BaseT port on

the Substation Ethernet Switch using software that shall operate on the latest version of Microsoft W indows.

8.3 Communication requirements of protection relays

8.3.1 All relay communication required for the implementation of the Substation Automation System shall comply

with IEC61850. A Protocol Implementation Conformance Statement (PICS) and Model Implementation

Conformance Statement (MICS) for each relay model shall be included in the bid submission.

8.3.2 Each of the relays shall have the following communication facilities:

(a) a 10/100BaseT Ethernet port at the back of the relay, according to IEC 802.3:2001. This port shall be

used for IEC 61850 communication and protection engineering functions;

(b) a standard IRIG-B external time synchronising input accessible at the back of the relay;

(c) a RS232 port for configuration purposes; and

(d) the ability to exchange/upgrade the 10/100BaseTX connection with a 100BaseFX.

Page 11: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 10 of 42

8.4 Protection Characteristic

8.4.1 Overcurrent

8.4.1.1 The overcurrent elements of the relay shall be of the inverse definite minium time lag type with:

(a) Adjustable settings from 50 % to 200 % (in steps of 10 %) of the normal full load secondary current of

5 A.

(b) The time multiplier settings adjustable between 0,1 and 1 (in steps of 0,025)

8.4.1.2 These elements of the relay shall provide selectable alternative time/current characteristics and instantaneous

settings for definite time operation.

8.4.2 Earth fault

8.4.2.1 The earth fault elements of the relay shall be of the inverse definite minium time lag type with:

(a) Adjustable settings from 20 % to 80 % (in steps of 10 %) of the normal full load secondary current of

5 A.

(b) The time multiplier settings adjustable between 0,1 and 1 (in steps of 0,025)

8.4.2.2 The earth fault elements shall be in accordance with Clause 8.4.1.2.

8.4.3 Sensitive Earth Fault

The sensitive earth fault element of the relay shall be of the (adjusted) definite minium time lag type with:

(a) Adjustable settings from 1% to 10% (in steps of 1%) and of the normal full load secondary current of

5 A and the tripping contacts shall then be initiated after an (adjusted) definite time delay with settings

between 2 and 10 s.

(b) An operative/inoperative switch shall be provided and an intermittent alarm shall be sent when the SEF

is inoperative. The intermittent alarm shall be achieved by means of an unequal repeating timer (on

time selectable between 1 to 30 seconds and off time selectable between 1 to 30 minutes). Local

indication lamp shall also be provided when the SEF is made inoperative. The SEF

operative/inoperative switch, lamp and intermittent alarm relay shall be only be fitted to a distributor

panel fitted with an SEF relay.

8.4.4 Arc Detection

The switchgear panels shall be fitted with ‘arc detection and clearance protection relays’. The relay shall use

a check sum to verify the internal arc, eg. by means of light sensors and sharp increase of current. All air filled

compartments eg. cable compartments shall be fitted with light sensors. These light sensors shall not be fitted

to hermitically sealed compartments.

8.4.4.1 Light sensors and Cabling

The sensor sensitivity distance shall be at least 3 metres and shall detect light from incident angle of +130/

-130 degrees.

8.4.4.2 Voltage supplies

The scheme shall continue to operate as per the requirements of this specification with a DC voltage supply

of 110 V and variation in accordance with Clause 8.1.3.

8.4.4.3 Indication circuits and Alarm

The following indications shall be provided using LEDs that;

(a) Protection Operated

(b) Protection Not Healthy (i.e relay failure)

The trip LED in (a) shall mimic the operation of the trip output and shall be reset by the press of single button

(reset push button).

8.4.4.4 Setting for earth fault and phase overcurrent supervision

The setting for the earth fault and phase overcurrent starters may be done either by relay software or from the

front face of the relay. The setting for ranges for the overcurrent supervision shall be as follows:

(a) Earth faults: as per clause 8.4.2.1 (b)

(b) Phase faults: as per clause 8.4.1.1 (b)

The current transformer circuits/relay inputs shall be according to 8.4.2.1 (a).

Page 12: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 11 of 42

8.4.4.5 Selectivity and stability

The scheme shall operate for an out of zone faults (i.e saturation of current transfomer under heavy faults

current with maximum DC offset). It shall have a minimum of two trip criteria (2 out of 2) for security. The

measuring or detection criteria shall be independent of and different from each other. To initiate a trip output

an overcurrent and light detection condition is met. The scheme shall not operate for any fault except arc

fault. The scheme shall block the tripping of sections of the board when a current transformer input is lost

(open-circuit) under load conditions. Under this condition an alarm shall be initiated.

8.4.4.6 Self Monitoring

The integrity of the scheme (overcurrent relay, light sensors, master units, slave units, cabling between units)

shall be self monitored. The master units shall be supervision units. The conditions of light sensors and

cabling shall be monitored by master unit. The master relay shall have LED for sensor fault, ,

power supply, light received, trip output, IRF and ports. The power supply modules shall be continuously

monitored and shall have an alarm in the event of failure.

8.4.4.7 Breaker failure

The scheme shall not accept breaker fail trip inputs from another protection schemes. The scheme shall be

able to issue bus/breaker fail trip output to the upstream protection should any of the incomer circuit-breakers

in protection zone fail to trip (circuit breaker fail protection). The operation of the breaker function shall comply

with the eThekwini Electricity requirements.

8.4.4.8 Events and Disturbance records

The master relay(s) shall be able to record analogue currents inputs of each phase as well recording the

status of all binary inputs and outputs. It shall also be capable to record the status of the light sensors and

selected input/output shall be used to trigger the recorder. The master relay(s) should also include a time-

tagged sequence of events list indicating digital/analogue status changes within the relay. The sequence of

events list, disturbance records and real time clock should be with non volatile memory.

8.4.4.9 Communication ports and protocols

The communication shall be in accordance with clause 8.3.1 and 8.3.2 where available the master relay(s)

shall include an option of a rear RS485 communication port.

8.4.5 Cable Differential

The Solkor dual mode R/Rf type cable differential relays are currently in use in eThekwini Electricity’s network.

Bidders shall bid on this type relay. In addition alternative hybrid differential relays with digital pilot wire

supervision but compatible with the existing Solkor shall be offered. There shall be no pilot wiring shorting

when the circuit breaker is open, pilot wires shall be taken to the back of each panel. Digitise cable differential

relays with communication channel monitoring, may also be offered for future replacement of Solkor relay

schemes.

8.4.6 Power supplies for solid state relays must be provided with an alarm contact which closes when the power

supply fails. In the event that unitised power supplies are not used and a single supply to all relays is offered,

a backup power supply must be provided. The primary source of power shall be the substation battery which

has a voltage of 110 V dc.

8.4.7 The alarm circuit shall be entirely separate from all other circuits and an alarm cancellation switch shall be

provided. The alarm cancellation switch shall be of the double throw type, so connected as to avoid the

possibility of the alarm cancellation switch being inadvertently left off, after the circuit breaker has been re-

closed. The alarm pair of wires shall be terminated at the back of each panel. Further all alarms from the

protection relays shall be individually brought back to the communication panel.

Page 13: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 12 of 42

9.0 AUXILIARY AND SECONDARY WIRING

9.1 The auxiliary and secondary wiring shall comply with the requirements for panel/cubicle cables in SANS 1574,

IEC 6022-3, IEC 6022-4 or IEC 6022-5 and shall withstand an a.c voltage of 2 kV to earth for 1 minute.

9.2 All auxiliary and secondary terminals of wire shall be marked with wire markings. The markings shall be

permanent black characters on a glossy contrasting colour background (preferred yellow). Both ends of the

wire shall be marked identically, and shall be consistent with associated drawings, circuit functions and

designations and shall comply with Annexure A of NRS 003/SANS1885:2008

9.3 All dc circuits shall be protected by fuses (black body) in the positive lead and links (white body) shall be

provided in the negative lead.

9.4 Fuses and links shall be so positioned that they are readily accessible to a person standing on the floor in front

of the switchgear. Exceptions are fuses and links mounted on the voltage transformer.

9.5 Suitable termination for auxiliary wiring, such as pilot wire connections for cable differential protection, battery

supplies, alarm circuits, etc., shall be provided at the rear of each panel.

9.6 The minimum external creepage and clearance distances between adjacent terminals and between terminals

and earth shall be in accordance with the requirements of SANS 152.

10.0 PROTECTION AGAINST CORROSION

10.1 The painting process is considered to be of major importance in the highly corrosive climate of the eThekwini

area.

10.2 The manufacturer shall ensure that the coating system used on the switchgear will satisfy the tests stipulated

in Clause 11.5.

10.3 The metal shall be treated by means of a zinc phosphate process and thereafter powder coated by means

of an electrostatic process.

10.4 All washers, nuts and bolts shall be stainless steel or mild steel. If mild steel they shall be hot-dip galvanised

in accordance with SANS ISO 1461 for heavy duty applications.

11.0 TESTS

11.1 General

11.1.1 It shall be the responsibility of the supplier to ensure that type tests are valid. eThekwini Electricity may require

drawings from the supplier to take to a testing authority for validity.

11.1.2 Should reasonable doubt exist as to the validity of test certificates submitted, for example by virtue of

modifications made to the switchgear, eThekwini Electricity may direct that further tests be carried out at a

recognized test facility in the presence of a representative of the purchaser, on a sample unit of the switchgear

in question. The cost of these tests shall be for the expense of the supplier.

11.1.3 If switchgear of South African manufacture or assembly to overseas design is offered, test certificates relating

to the South African complete switchgear assembly shall be submitted, and shall be accompanied by a

statement that the South African manufactured unit is identical (this shall be verified by an accredited test

authority, see note below) with the overseas product and the number of such units already produced and

installed in South Africa shall be stated in Schedule B.

Note: Identical in terms of all design parameters as developed and tested by the original manufacturer.

11.2 Type test

The supplier shall prove the ability of the switchgear to pass all the mandatory type tests as stated in clause

6.1 (a) to (g), (j), (k), (n) and (o) and if applicable clauses (h) and (I) of SANS 62271-200.

Page 14: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 13 of 42

11.3 Routine tests

The routine test shall be made on each transport unit at the manufacturers works to ensure that the

switchgear is in accordance with the equipment on which the type test has been carried out. All the routine

tests shall be in accordance with clause 7.0 of SANS 62271-200.

11.4 Tests after erection on site

11.4.1 All switchgear, once installed on site, will be subjected by the purchaser to 80% power frequency voltage test

in accordance with clause 7.105 of SANS 62271-200.

11.4.2 All mechanical and electrical functional tests shall be done in accordance with Schedule C.

11.4.3 Resistance test on all primary connections at not less than 100 A and up to the rated current of the circuit.

11.5 Tests on painted surfaces

Protection of coatings against corrosion shall be assessed using test samples of the same materials used in

the construction of the switchgear and subjected to the same painting procedures as the switchgear. The

following tests shall be performed:

(a) adhesion test in accordance with SANS SM 159: the cross-cutting coefficient shall be not less than 8.

(b) exposure to salt fog for 168 h in accordance with SANS SM 155: the coated surface shall show no

visible defects and the underlying metal shall be free from corrosion and scale, and

(c) scratch resistance test in accordance with SANS SM 147: when a mass-load of 1 kg is applied to the

test needle, the scratch produced shall not have penetrated to the underlying metal. The scratch shall

have no jagged edges.

12.0 MARKING/LABELLING

12.1 Main circuit designation labels

Main circuit designation labels shall be blank sandwich-board or equivalent (white-black-white) that can be

removed easily for engraving. These shall be located on the front and back of each switchgear panel and shall

be at least 150 mm wide and 35 mm high.

12.2 Rating plates

12.2.1 All rating plates shall comply with the relevant requirements of clause 5.10 of SANS 62271-200 and shall be

of intrinsically corrosion-resistant metal with the following details clearly, legibly and indelibly marked thereon:

(a) the manufacturer's name;

(b) the manufacturer's type number;

(c) the manufacturer's serial number;

(d) the year of manufacture;

(e) the rated values;

(f) the short-time withstand current; and

(g) arc classification.

12.2.2 Circuit-breaker rating plates shall comply with the requirements of SANS 62271-100, and shall include the

actual ratings to which the circuit-breaker has been type tested. These shall be fixed in a position that is visible

when the circuit-breaker is in the service position.

12.2.3 Current transformer rating plates shall comply with the requirements of SANS IEC 60044, and shall be

duplicated, one fixed to the current transformer, the other fixed in a conspicuous position on the corresponding

circuit breaker panel, such that it can be read when the switchgear panel is in service.

12.3 Function labels

12.3.1 All relays shall be appropriately identified to indicate their function.

12.3.2 All relays, instruments, fuses, control switches, luminous indicator, test blocks and links, the functions of which

are not identified by signs or pictograms, shall be clearly labelled in text with black letters of minimum height

5 mm on a white background, to indicate their functions. All labels shall be securely attached.

Page 15: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 14 of 42

12.3.3 Fuse labels shall include the fuse rating.

12.3.4 W here necessary, labels shall be repeated inside the switchgear.

12.3.5 Terminal blocks or rail-mounted terminals shall be labelled to identify them when more than one block is used.

12.3.6 Removable doors and panels shall be labelled to facilitate replacement in the correct position.

12.3.7 Main circuit labels shall be either on a fixed portion of the panel or on a bracket. They shall not be fixed to

removable doors.

12.3.8 ON, OFF and EARTH position labels shall comply with clause 5.12 of IEC 60694.

13.0 SPARES

Spares will not be ordered unless suppliers indicates up front that a particular spare is absolutely necessary

to avoid long delays should a component fail. A list of critical spares shall be supplied.

15.0 GENERAL

15.1 Switch panels may be rejected if not delivered complete, with all relays, instruments, rating plates and

eThekwini Electricity number plates.

15.2 Metering current transformers and voltage transformers shall be sent to eThekwini Electricity, Test Section,

Control Centre, 1 Jelf Taylor Crescent Durban, 4001, for testing. The removal and subsequent installation of

these instrument transformers in the panels shall be carried out by the successfull bidder..

15.3 The successful bidder shall provide two small brass eThekwini Electricity (TE) plates engraved with the TE

registration number provided at the time of ordering. These two plates shall be attached prominently; one on

the fixed portion of the circuit breaker panel and the other on its draw out portion, where applicable

15.4 Relevant TE registration numbers must appear on their invoices and delivery notes.

16.0 SUPPLY, DELIVERY INSTALLATION AND COMMISSIONING

16.1 Ordering information

The Order shall be placed in the following manner:

(a) Each order shall be placed for a set of breakers to form a switchboard.

(b) An MV schematic will be supplied with each order, which shall also detail the protection requirements

(c) The address where the switchboard is to be installed shall be specified at the time of ordering.

(d) W ith respect to the installation, eThekwini Electricity’s contact person name and number will be given.

(e) The estimated date of delivery of the switchgear to the address specified in (d) above will be given.

16.2 Bidders shall note that the complete installation, testing and commissioning of the switchboard shall comprise:

(a) The supply of the equipment as per the order in 16.1 above.

(b) Delivery to the address in 16.1 (c) above.

(c) Complete the installation of the switchboard and the communication panel and its associated control

wiring.

(d) The installation of the battery charger, its associated batteries and a pilot board. The battery charger,

its associated batteries and a pilot board shall be picked up from eThekiwin Electricity’s stores situated

at 11 Electron Road, Springfield, Durban and delivered to the address of the switchgear.

Note: eThekwini Electricity will supply the battery charger, its associated batteries and the pilot board

and all interlinking cables between the switchboard, battery charger and pilot board shall be

provided by the bidder.

(e) Electrical and mechanical tests and checks shall be performed on the switchboard. Bidders shall note

that the tests and checks shall at least be as comprehensive as eThekwini Electricity’s tests and

checks detailed in Schedule C. Any other tests and checks that are deemed necessary by the

successful bid shall be carried out. On completion of the installation and commissioning of the

switchgear the test results and a hand over certificate shall be handed to a official of eThekwini

Electricity.

Page 16: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 15 of 42

17.0 DOCUMENTATION

17.1 Bidders shall provide the following documentation with each bid:

(a) a typical drawing of each type of switchgear panel, showing all relevant dimensions, including the height

of the cable gland plate (if any) above the floor level, a floor plan giving the loads imposed on the

foundations and detailed methods of mounting.

(b) a schematic diagram of the primary connections.

17.2 The successful bidder shall submit the following:

(a) a fully dimensioned general arrangement of the switchboard, illustrating cable boxes and/or cable

clamping and cable termination arrangement;

(b) a schematic diagram of the auxiliary circuits of each type of switchgear panel;

(c) a comprehensive copy of operating and maintenance manuals.

17.3 Failure to submit such information may preclude further consideration of the bid.

17.4 W hen requested an electronic copy of all the drawings shall be supplied.

17.5 An electronic copy of the rating plate and TE registration number shall be supplied with every hand over

certificate.

17.6 All type test certificates shall be supplied with the bid document in a separate file.

18.0 SAMPLES

18.1 A fully assembled panel shall be made available at eThekwini Electricity’s Electrical W orkshop within a week

of request.

18.2 The samples shall be delivered to eThekwini Electricity’s Electrical W orkshop, 11 Electron Road, Springfield,

Durban.

18.3 The Municipality reserves the right to submit samples to such tests as deemed reasonable and necessary.

19.0 HEALTH, SAFETY, AND ENVIRONMENTAL ISSUES

19.1.1 Bidders shall provide, in Schedule G, the following information in respect of each product offered:

19.1.2 a list of all materials used in the product, including packaging, and associated chemical data sheets;

19.1.3 whether the product poses any health or safety risks to persons handling the product. In addition, if there are

risks, the protective gear required to handle the product, eg leather gloves, masks, etc.;

19.1.4 how the product should be disposed at the end of its useful life or in the event of failure of the product.

19.1.5 whether any toxic by-products are produced (whether in gaseous, solid or liquid form) in the event of the

product being exposed fire or heated to elevated temperatures;

19.1.6 any other pertinent and relevant information relating to health, safety, and environmental issues; and

19.1.7 what percentage of the product can be recycled.

19.2 The bidder shall complete Schedule H, Acceptance of undertaking in terms of the Occupational Health and

Safety Act (Act 85 of 1993).

19.3 The successful bidder’s installation team shall undergo eThekwini Electricity’s Safety Rules course and a

subsequent test, after which these persons would be deemed Specifically Trained Persons and issued with

a contractors identity card.

Page 17: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 16 of 42

ANNEXURE A

REVISION INFORMATION

Date: Contract No: Notes

January 2009 E.8867 Creation of the new specification

Page 18: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 17 of 42

SCHEDULE A

ESTIMATED ANNUAL QUANTITIES

Item Code Description Delivery rate

1 102335

Incoming circuit breaker - with protection class (5P20) current transformers,

protection (PX class) current transformers wired for cable differential protection,

overcurrent and earth fault protection with arc protection

- do -

2102368

Distributor circuit breaker - with protection class (5P20) current transformers,

protection (PX class) current transformers wired for cable differential protection,

overcurrent, earth fault protection, sensitive earth fault protection and auto-

reclosing functionality with arc protection

- do -

3 102343

Distribution circuit breaker - with voltage transformer and protection class (5P20)

current transformers, measuring class (0,2) current transformers wired for

overcurrent, earth fault protection, sensitive earth fault protection and auto-

reclosing functionality with arc protection

- do -

4 102376 Bus section breaker internal arc proof with arc protection- do -

5 TBA Cable differential protection relay - do -

6 TBAMultifunction overcurrent, earth fault, sensitive earth fault, auto-reclose and

thermal overload protection relay- do -

7 TBA Arc detection and protection relay - do -

8 TBACommunication panel inclusive of installation, wiring back to the switchboard,

testing and commissioning- do -

9 TBA Installation, testing and commissioning of a three panel switchboard - do -

10 TBA Installation, testing and commissioning of a four panel switchboard - do -

11 TBA Installation, testing and commissioning of a five panel switchboard - do -

12 TBA Installation, testing and commissioning of a six panel switchboard - do -

13 TBA Installation, testing and commissioning of a seven panel switchboard - do -

14 TBA Installation, testing and commissioning of an eight panel switchboard - do -

15 TBA Installation, testing and commissioning of a nine panel switchboard - do -

*Refer to Clause 2.14

Note: Bidders shall note that the historical usage patterns in no way indicate future trends. The above figures are

provided for information purposes only, and in no way imply that future usage or buying patterns will be similar.

Page 19: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 18 of 42

SCHEDULE B1

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

GENERAL REQUIREMENTS

No Technical DetailseThekwini Electricity

RequirementBidder’s Offer

1 Name of manufacturer

2 Place of manufacturer

3 Manufacture reference number

4 Overall dimensions of each panel

4.1 Incoming panel Height × 500 × 1600 mm × mm × mm

4.2Incoming panel with voltage

transformerHeight × 500 × 1600 mm × mm × mm

4.3 Distributor panel Height × 500 × 1600 mm × mm × mm

4.4 Bus section panel Height × 500 × 1600 mm × mm × mm

5 Weight of each panel

5.1 Incoming panel kg

5.2Incoming panel with voltage

transformerkg

5.3 Distributor panel kg

5.4 Bus section breaker kg

6 Type of provision for lifting

7 Type tests

7.1Type test certificate summary

supplied, including test authorityYes

*Yes/No

7.2 Name of test authority

7.3 Internal arc test requirements

7.3.1 Current rating 20 kA kA

7.3.2 Voltage rating 12 kV kV

7.3.3 Duration 500 ms ms

7.3.4 Accessibility Type A

7.3.5 Arc classification IAC AF

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 20: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 19 of 42

SCHEDULE B1 (concluded)

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

GENERAL REQUIREMENTS

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

8 Labelling

8.1 TE registration numbers As per clause 15.3

8.2Particular of circuit designation label

requirements

Labels are to be removable and

left blank

8.3Are rating plates in accordance with

Clause 12.2Yes

*Yes/No

8.4Are ON, OFF and EARTH labels in

accordance with clause 12.3.8Yes *Yes/No

9Labels for instruments and protection relays to read as follows

9.1 Alarm on/off switch ON OFF

9.2 Sensitive earth fault on/off switch ON OFF

9.3 Auto-reclose ON OFF

9.4Cable differential and/or Sensitive

earth fault test block

CABLE DIFF. and/or SEF TEST

BLOCK

9.5 Overcurrent and earth fault test block O/C and E/F TEST BLOCK

9.6 Cable differential relay CABLE DIFF RELAY

9.7 Overcurrent and earth fault relay O/C and E/F RELAY

9.8 Sensitive earth fault relay SEF RELAY

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 21: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 20 of 42

SCHEDULE B2

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

SWITCHGEAR REQUIREMENTS

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

1 Type of circuit breaker Fixed

1.1 Arc interrupting medium Vacuum

61.2 Secondary insulation Air/SF /solid or combination

2 Frequency 50 Hz Hz

3 Rated voltage 12 kV kV

4 Rated 1 min power frequency withstand voltage (rms value)

4.1To earth, between poles and across

opening switching devices28 kV kV

4.2 Across isolating distances 32 kV kV

5 Rated lightning impulse withstand voltage (peak value)

5.1To earth, between poles and across

opening switching devices75 kV kV

5.2 Across isolating distances 85 kV kV

6 Rated short-time withstand current 20 kA kA

7 Rated current 630 A A

8 Rated peak withstand current 50 kA kA

9 Short circuit withstand time 3 seconds seconds

10 Circuit earthing facilities Integral of the panel

11 Busbar earthing facilities Separate earth switch

12If separate earth switch then this switch

shall be in accordance with IEC 129YES/NO

13

Number of spare auxiliary contacts

required on each circuit-breaker "a"

contacts,"b" contacts

“a”-5

“b”-5

14Type of trip indication required on

switchgearMechanical indication

15 Charging device for circuit breaker

15.1Circuit breaker to have automatic charging

deviceYES/NO

15.2Power requirements of automatic charging

device< 1,5 kW

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 22: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 21 of 42

SCHEDULE B3

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

CABLE TERMINATION COMPARTMENT

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

1

Specification to which cable

termination compartment

complies

NRS 012

2Cable compartment suitable for

terminations in air/compoundAir *Yes/No

3

Cable compartment to be

naturally ventilated for air

circulation

Yes *Yes/No

4 Method of terminating cable Heat shrink

5 Are cable cleats required Yes *Yes/No

6 Method of supporting cable W ooden cable cleats

7 Cable entering each panelOne 3-core PILC cable

between 95 and 300 mm 2

8 Cable entry point vertically from bottom

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 23: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 22 of 42

SCHEDULE B4

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

CURRENT TRANSFORMER REQUIREMENTS

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

1Specification to which CT’s

compliesSABS IEC 60044-1

2 Type of CTs Encapsulated.

3 Encapsulation material

4Detailed CT rating plate in

accordance with Clause 12.2.3Yes *Yes/No

5 O/C and E/F CTs

5.1 Number of CTs 3 *Yes/No

5.2 Class 5P20

5.3 Burden 10 VA VA

5.4 Tap ratios 400/5

k5.5 Knee-point voltage (V ) V

5.6 Secondary resistance S

k5.7 Excitation current at V mA

6 Differential protection CTs

6.1 Number of CTs 3 *Yes/No

6.2 Class PX

6.3 Burden 10 VA

6.4 Tap ratios 400/5

k6.5 Knee-point voltage (V ) <75 V V

6.6 Secondary resistance <0,15 S S

k6.7 Excitation current at V 100 mA (<140 mA) mA

7 Metering CTs

7.1 Number of CTs 3 (if specified on order) *Yes/No

7.2 Class 0,2

7.3 Burden 7,5 VA VA

7.4 Tap ratios 400/200/5

k7.5 Knee-point voltage (V ) V

7.6 Secondary resistance S

k7.7 Excitation current at V mA

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 24: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 23 of 42

SCHEDULE B5

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

VOLTAGE TRANSFORMER REQUIREMENTS

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

1Specification to which VT

compliesSABS IEC 60044-2

2 Name of VT manufacturer

3Type of voltage transformers

offeredwithdrawable

4 Number of phases 3 phase

5 VT ratios 11 kV/110 V kV/ V

6 VT class requirements0,2/0,5 according SABS IEC

60044-2

7 VT burden 50VA/100 VA per phase VA

8 VT factor1,2 continuous

1,9 for 30 seconds

9 VT connection star/star

10 Location of VT fuses Suitably accessible

11Location and type of VT test

blocks

W ith the VT

12 HV VT fuses required For withdrawable VT’s

13

Method of connecting

busbar/cable VT primaries to be

indicated

To be connected to the circuit

side

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 25: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 24 of 42

SCHEDULE B6

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

PROTECTION AND INSTRUMENTATION REQUIREMENTS

Bidders are encouraged to submit various alternatives for each type of protection relay.

No Technical Details

eThekwini

Electricity

Requirement

Bidder’s Offer

1 Functionality of protection relay

1.1 Protection functions

1.1.1 Non-directional overcurrent protection, 3 stage Yes *Yes / No

1.1.2 Non-directional earthfault protection, 3 stage Yes *Yes / No

1.1.3 Sensitive earthfault, with definite time Yes *Yes / No

1.1.4 Auto-reclose function, 4 shots Yes *Yes / No

1.1.5 Three phase overload Yes *Yes / No

1.1.6 Circuit breaker failure Yes *Yes / No

1.2 Measurement functions

1.2.1 Phase currents Yes *Yes / No

1.2.2 Neutral currents Yes *Yes / No

1.2.3 Three phase voltage Yes *Yes / No

1.2.4 Three phase power (active) Yes *Yes / No

1.2.5 Three phase power (reactive) Yes *Yes / No

1.2.6 Three phase energy Yes *Yes / No

1.2.7 Three phase kilowatt hours Yes *Yes / No

1.2.8 Frequency Yes *Yes / No

1.2.9 Load profiles over a 7 day period (minimum) advantageous

1.3 Condition Monitoring Functions

1.3.1 Circuit breaker contact wear (I t) Yes *Yes / No2

1.3.2 Breaker travel time Yes *Yes / No

1.3.3 Gas density Yes (if applicable) *Yes / No

1.3.4 Scheduled maintenance Yes *Yes / No

1.3.5 Trip circuit supervision Yes *Yes / No

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 26: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 25 of 42

SCHEDULE B6 (continued)

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

PROTECTION AND INSTRUMENTATION REQUIREMENTS

Bidders are encouraged to submit various alternatives for each type of protection relay.

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

2 Overcurrent, earth fault and sensitive earth fault protection

2.1 Relay name and model

2.2 Type of relay

2.3Specification to which relay

compliesIEC 60255

2.4Communication specification for

relayIEC 61850

2.5 Auxiliary voltage 110 V dc V dc

2.6 CT secondary rating 5 A A

2.7 Frequency rating 50 Hz Hz

2.8 Burden of the relay <15 VA VA

2.9 Thermal current rating 2,4 × In A

2.1

Does it have standard inverse

characteristic referred to in IEC

255

Yes *Yes/No

2.11 Number of tripping contacts minium 2

2.12 Number of annunciating contacts minium 2

2.13Tripping contact rating

Making - 1 000 VA

Tripping - 30 VA

VA

VA

2.14Dimensions of relays to be

suppliedHeight × width × depth mm× mm× mm

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 27: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 26 of 42

SCHEDULE B6 (continued)

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

PROTECTION AND INSTRUMENTATION REQUIREMENTS

Bidders are encouraged to submit various alternatives for each type of protection relay.

No Technical DetailseThekwini Electricity

Requirement

Bidder’s Offer

3 Cable differential protection

3.1 Relay name and modelSolkor R/Rf (R 6 case) or

compatible alternative

3.2 Type of relay

3.3Specification to which relay

compliesIEC 60255

3.4 Auxiliary voltage 110 V dc V dc

3.5 CT secondary rating 5 A A

3.6 Frequency rating 50 Hz Hz

3.7 Burden of the relay <15 VA VA

3.8 Thermal current rating 2 × In A

3.9 Number of tripping contacts minium 2

3.10 Number of annunciating contacts minium 2

3.11 Tripping contact ratingMaking - 1 000 VA

Tripping - 30 VA

VA

VA

3.12Dimensions of relays to be

suppliedHeight × width × depth mm× mm× mm

4 Instrumentation

4.1Details of all instruments and

transducers required

One combined ammeter/thermal

maximum demand indicator for

distributor and incoming panels

4.2 Instruments name and model

4.3 Type of instrument

4.4Thermal maximum demand

ammeters requiredAs per Clause 6.1.4

4.5Dimensions of instruments to be

suppliedHeight × width × depth mm× mm× mm

4.6 Ammeter scale 400/5

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 28: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 27 of 42

SCHEDULE B7

This Schedule shall be completed, signed and returned with bid documents of which it forms part

PROTECTION AND INSTRUMENTATION REQUIREMENTS FOR ARC DETECTION

No Technical Details

eThekwini Electricity’s

Requirement Bidder’s Offer

1 Name of manufacturer

2 Place of manufacturer

3 Manufacture reference number

4 Light sensors and cabling

4.1 Manufacture and type Specify

4.2State approval by a Standard

AuthoritySpecify

4.3 Automatic/manual light reference specify

4.4State any length limitations of the

communication cablespecify

5 Voltage Supplies

5.1 Rated voltage range 110V DC

5.2 Operating voltage range (88-132)V

6 Indication circuits and Alarm

6.1 Power supply LED green

6.2 All LEDs Red

7 Self Monitoring

7.1 Self supervision Yes *Yes/ No

8 Analogue / Digital

8.1 Digital inputs 8 *More / Less

8.2 Analogue inputs 5 *Yes / No

8.3 Digital output programmable Yes *Yes / No

9 Communication Ports

9.1 Engineering access RS485 *RS485/RS232

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 29: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 28 of 42

SCHEDULE B8

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

COMMUNICATION PANEL REQUIREMENTS

Bidders shall note that either yes or no must be inserted against every item in either the column headed “Fully

Compliant” and the column headed “Understood and Accepted”.

If “NO” is inserted, it must be qualified in the “Remarks” column if an alternate is offered. If the bidder inserts “YES” in

either column, it will be understood that the bid is in full compliance with the relevant Clause.

ClauseFully

Compliant

Understood &

acceptedREMARKS

7.0

7.1

7.1.1

7.1.2

7.1.3

7.1.4

7.1.5

7.1.6

7.1.7

7.1.8

7.2

7.2.1

7.2.1

7.2.2

7.2.3

7.2.4

7.3

7.3.1

7.3.2

7.3.3

7.3.4

7.3.5

7.3.6

7.3.7

7.4

7.4.1

7.4.2

7.4.3

7.4.4

7.4.5

7.5

7.5.1

7.5.2

7.5.3

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 30: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 29 of 42

SCHEDULE C

PRE-COMMISSIONING

No Description

DC Number of Panel

1.0 General Checks on each Switchgear Panel

1.1 Circuit designation on front and rear of panel

1.2 The same DC number on panel and truck

1.3 Cable box and gland in order and ready for terminating

1.4 Paint work on switchgear satisfactory

1.5 Front door of panel latch operational

1.6CT information and rating plates inside relay

compartment

1.7 Manufacturer’s rating plate affixed with information

2 Mechanical Checks on each Switchgear Panel

2.1 Panel bolted down

2.2 Position selector easily manipulated

2.3 “OFF” position clearly displayed

2.4 Close by mechanical lever or push-button

2.5 Can only close with interlock in “LOCKED” position

2.6 Cannot close with interlock in “FREE” position

2.7 "ON" position clearly displayed

2.8 Cannot be isolated when closed

2.9 Open by mechanical lever or push-button

2.10 Circuit earth position easily selected and indicated

2.11 CB can be locked off in circuit earth position

2.12 Close by mechanical lever or push-button

2.13 Open by mechanical lever or push-button

No Remarks and comments

CHECKED BY: YYYY - MM - DD

NAME SIGNATURE DATE

Page 31: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 30 of 42

SCHEDULE C (continued)

No Description

DC Number of Panel

4 Electrical tests on each Switchgear Panel

4.1 Circuit breaker open

4.2 Circuit breaker close

5

Ductor test

DC Number of Panel Results (µohms)

From To Red phase White phase Blue phase

5.1

5.2

5.3

5.4

5.5

5.6

5.7

5.8

5.9

5.10

6

Power frequency voltage withstand test - Test voltage 24 kV, duration 1 minute

DC Number of each panel making up the complete switchboard

From To Leakage current (mA)

6.1 red phase earth

6.2 white phase earth

6.3 blue phase earth

6.4 across open point

6.5 across other point

No Remarks and comments

TESTED BY: YYYY - MM - DD

NAME SIGNATURE DATE

Page 32: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 31 of 42

SCHEDULE C (concluded)

7

Primary injection test

Overcurrent and earth fault protection

Current transformer (CT) ratio: Primary current:

DC Number

of PanelCircuit

Designation

Results

Secondary current (A) Spill current (mA) Single point

CT earthingRed N White N Blue N Red/White Red/Blue

7.1 *Yes/No

7.2 *Yes/No

7.3 *Yes/No

7.4 *Yes/No

7.5 *Yes/No

7.6 *Yes/No

7.7 *Yes/No

7.8 *Yes/No

7.9 *Yes/No

7.10 *Yes/No

8

Primary injection test

Cable differential protection

Current transformer (CT) ratio: Primary current:

DC Number

of Panel

Circuit

Designation

Results

Secondary current (A) Spill current (mA) Single point

CT earthingRed N White N Blue N Red/White Red/Blue

8.1 *Yes/No

8.2 *Yes/No

8.3 *Yes/No

8.4 *Yes/No

8.5 *Yes/No

8.6 *Yes/No

8.7 *Yes/No

8.8 *Yes/No

8.9 *Yes/No

8.10 *Yes/No

9

Primary injection test

Metering

Current transformer ratio: Primary current:

DC Number of

Panel

Circuit

Designation

Results

Secondary current (A) Spill current (mA) Single point

CT earthingRed N White N Blue N Red/White Red/Blue

9.1 *Yes/No

9.2 *Yes/No

9.3 *Yes/No

9.4 *Yes/No

9.5 *Yes/No

*Delete that which is not applicable.

TESTED BY: YYYY - MM - DD

NAME SIGNATURE DATE

Page 33: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 32 of 42

SCHEDULE D

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

SUPPORT STAFF

Name Designation Contact Tel. No

Commercial staff in Durban

1

2

3

Commercial staff nationally

1

2

3

Engineering staff Durban

1

2

3

4

5

6

Engineering staff nationally

1

2

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 34: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 33 of 42

SCHEDULE E

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

DELIVERY PERIODS

I/W e hereby undertake to supply, deliver, install test and commission the equipment within the following period(s) from

date of receipt of order - state period in weeks:

*Item eThekwini Electricity’s requirement Bidder’s Offer

1 within 10 weeks maximum

2 within 10 weeks maximum

3 within 10 weeks maximum

4 within 10 weeks maximum

5 within 10 weeks maximum

6 within 10 weeks maximum

7 within 10 weeks maximum

8 within 2 weeks maximum

9 within 2 weeks maximum

10 within 2 weeks maximum

11 within 2 weeks maximum

12 within 2 weeks maximum

13 within 2 weeks maximum

14 within 2 weeks maximum

*Items as per Schedule A

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 35: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 34 of 42

SCHEDULE F

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

GUARANTEE PERIODS

All Goods/Equipment and W orkmanship shall be guaranteed for a period of five year after the testing commissioning

and energising the Goods/Equipment and W orkmanship:

*Item eThekwini Electricity’s requirement Guarantee period

1 Five years

2 Five years

3 Five years

4 Five years

5 Five years

6 Five years

7 Five years

8 Five years

9 Five years

10 Five years

11 Five years

12 Five years

13 Five years

14 Five years

*Items as per Schedule A

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 36: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 35 of 42

SCHEDULE G

This Schedule shall be completed, signed and returned with bid documents of which it forms part.

HEALTH, SAFETY, AND ENVIRONMENTAL ISSUES

Bidders shall state in clear and explicit terms all necessary information pertaining to the products offered.

Ref. Issues Switchgear

1 List of all materials used in the complete switchboard

2

(a) Does product pose any health risks to persons

handling the complete switchboard?*YES/NO

(b) If YES, state the type of protective gear required to

handle the product (eg. leather gloves, masks, etc.)

3

(a) Are any toxic by-products produced (gaseous, solid

or liquid) in the event of the product being exposed to

fire or heated?

*YES/NO

4 W hat percentage of the product can be recycled?

5State any other pertinent and relevant information

relating to health, safety, and environmental issues

Note: If the space provided is insufficient, bidders shall include other relevant information in their covering letter.

*Delete that which is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 37: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 36 of 42

SCHEDULE H

This schedule shall be completed, signed and returned with the bid documents of which it forms part.

CONTRACTOR ACKNOWLEDGEMENT OF RESPONSIBILITY IN TERMS OF THE

OCCUPATIONAL HEALTH AND SAFETY ACT

W ritten agreement between ETHEKW INI Municipality (the employer) and

(the mandatary)

insert company name here

as provided for in terms of Section 37 (2) of the Occupational Health and Safety Act No.85 of 1993 as amended by

Act 181 of 1993.

I hereby declare that I, ,am authorised to

represent the “mandatary” and acknowledge that the “mandatary” is an employer in its own right with all duties and

responsibilities as prescribed in the Occupational Health and Safety Act no. 85 of 1993.

I agree to ensure that all work performed or machinery and plant used by the “mandatary” on any ETHEKW INI

Municipality premises shall be in accordance with the provisions of the said Act.

Furthermore, I agree the “mandatary” shall comply with all ETHEKW INI Municipality site rules and safety, health,

and environmental requirements as may be communicated or stipulated by ETHEKW INI Municipality prior to and

during the course of any Contract awarded to the “mandatary” by ETHEKW INI Municipality.

Furthermore, I undertake to ensure that ETHEKW INI Municipality is timeously informed should the “mandatary”, for

whatever reason, be unable to perform in terms of this agreement.

Signed this dd day of MMMM 20

On behalf of the “mandatary” (print)

(sign)

On behalf of the “employer” (print)

(sign)

Page 38: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 37 of 42

SCHEDULE I

This Schedule shall be completed, signed and returned with the bid documents of which it forms part.

DIVERGENCES FROM THE CONTRACTUAL AND TECHNICAL SPECIFICATIONS OF THE BID

1. Contractual Divergences

If the bid does not comply contractually with this specification or with the Municipality’s Special Conditions of

Bid/Contract (Goods and Services) and Government Procurement General Conditions of Contract attached, in any

respect, such divergences shall be detailed below in addition to any other reference thereto contained elsewhere in

the bid or accompanying letter.

2. Technical Divergences

If the technical specification of the equipment offered does NOT comply with this specification in any respect, such

divergence(s) shall be reflected below in addition to any other reference thereto contained elsewhere in the bid or

accompanying letter.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 39: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 38 of 42

DECLARATION OF MUNICIPAL FEES

I/W e do hereby declare that the Municipal fees of the company

are, as at the date of the bid closing, fully paid up, or arrangements have been concluded with the Municipality to

pay the said fees:

Account Account Number (to be completed by bidder)

Electricity:

W ater:

Rates:

JSB Levies:

I/W e acknowledge that should it be found that the Municipal fees are not up to date, the council may take such

remedial action as is required, including termination of contract, and any income due to the contractor shall be

utilised to offset any monies due to the Council.

Name Signature

YYYY - MM - DD

Designation Date

ACCOUNT NUMBERS MUST BE SUPPLIED EVEN IF MUNICIPALITY FEES ARE NOT PAID TO ETHEKWINI

MUNICIPALITY.

Page 40: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 39 of 42

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the principal, or persons having a kinship with persons

employed by the principal, including a blood relationship, may make an offer or offers in terms of this invitation

to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to

persons employed by the principal, or to persons connected with or related to them, it is required that the bidder

or his /her authorised representative declare his/her position in relation to the evaluating/adjudicating authority

and/or take an oath declaring his/her interest, where :

1.1 the bidder is employed by the principal; and/or

1.2 the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who

are/is involved in the evaluation and/or adjudication of the bid(s), or where it is known that such a relationship

exists between the person or persons for or on whose behalf the declarant acts and persons who are involved

with the evaluation and or adjudication of the bid.

2 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

2.1 Are you or any person connected with the bidder, employed by the principal? (State either yes or no).

2.1.1 If yes, state particulars.

2.2 Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person

employed by the principal and who may be involved with the evaluation and or adjudication of this bid? (State

either yes or no).

2.2.1 If yes, state particulars.

Page 41: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 40 of 42

DECLARATION OF INTEREST (concluded)

2.3 Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between the

bidder and any person employed by the principal who may be involved with the evaluation and or adjudication

of this bid? (State either yes or no).

2.3.1 If yes, state particulars.

DECLARATION

I, THE UNDERSIGNED (NAME):

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO 2.3.1 ABOVE IS CORRECT. I

ACCEPT THAT THE PRINCIPAL MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 42: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 41 of 42

BIDDER’S QUESTIONNAIRE

*Bidder to complete Questionnaire by deleting that which is not applicable

Ref

No.Question

eThekwini

Electricity’s

Requirement

Bidder’s

Response

1 Is Technical Schedule (Schedule B) completed? Yes *Yes/No

2Is Health, Safety and Environmental Issues Schedule (Schedule E)

completed?Yes *Yes/No

3 Is Delivery Schedule (Schedule G) completed? Yes *Yes/No

4.1 Is Contractual Specification understood? Yes *Yes/No

4.2Are there any deviations from the Contractual Specification? If yes, specify

all deviations in Schedule I.*Yes/No

5.1 Is Technical Specification understood? Yes *Yes/No

5.2Are there any deviations from the Technical Specification? If yes, specify

all deviations in Schedule I.*Yes/No

6Is Acceptance of Undertaking in Terms of Occupational Health and Safety

Act (Schedule H) completed?Yes *Yes/No

7 Is Declaration of Municipal Fees Schedule completed? Yes *Yes/No

8 Is Declaration of Interest Schedule completed? Yes *Yes/No

9 Is Municipality’s Target Procurement Document completed? Yes *Yes/No

10 Has an ORIGINAL valid SARS Tax Clearance Certificate submitted? Yes *Yes/No

11 Bid Prices:

11.1Are the bid prices subject to Contract Price Adjustments (CPA)? If Yes,

submit details to calculate Contract Price Adjustments.*Yes/No

11.2Are the bid prices subject to Exchange Rate Variations? If Yes, complete

Rate of Exchange Questionnaire.*Yes/No

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY: DATE: YYYY - MM - DD

Page 43: Non-Refundable R 1 000,00 CONTRACT/ENQUIRY E.8867 SUPPLY ... Tenders/CONTRACT... · 3.1.19 SANS 60044-1 Instrument transformers - Part 1: Current transformers 3.1.20 SANS 60044-2

E.8867 Page 42 of 42

RATE OF EXCHANGE QUESTIONNAIRE

This page to be completed by Bidders offering goods ex import.

a) Country of origin and/or manufacture:

b) Price each f.o.b country of origin.

*Item 1:

Item 2:

c) Delivery charges each from f.o.b country of origin to c.i.f Durban (Prices and delivery charges must be shown

in South African currency)

*Item 1:

Item 2:

d) Ocean freight rate: per 1000 kg/m³ or 2 240 lbs/40 cu.ft.

e) Marine insurance rate: % of value of goods.

Please indicate basis of valuation:

f) Marine war risk insurance rate: % value of goods.

g) W harfage rate: per R 100 value.

h) Landing charges rate: per 1 000 kg or m³. **

i) Delivery charges rate: per 100 kg or m³. **

j) Customs tariff heading and description (Brussels Nomenclature):

k) Customs duty % of value of goods for duty purposes, or rated duty per kg/m³ article.**

l) Import surcharge: % of value of goods.

m) Railage rate: per 100 kg.

n) Basic rate of exchange (ie. seven days prior to the date of closing of bids):

See Clause 5 of the Special Conditions of Contract (Goods/Services).

o) W ill the Bidder comply in all respects with Clause 5 of the Special Conditions of Contract (Goods/Services)?

(State ‘Yes’ or ‘No’)

* Additional items should be scheduled on a separate page which should be signed and dated by the Bidder.

** Delete whichever is not applicable.

BIDDING COMPANY:

NAME: SIGNED:

CAPACITY OF SIGNATORY DATE: YYYY - MM - DD