GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on...

232
Page 1 of 232 GEORGE MUNICIPALITY BID DOCUMENT NUMBER: ENG 029 OF 2016 SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR & OUTDOOR SWITCHGEAR ENQUIRIES: DEON ESTERHUYZEN ISSUED BY: YORK STREET THE CITY COUNCIL GEORGE MUNICIPALITY OF GEORGE (044) 874 3917 P O BOX 19 GEORGE 6530 SUMMARY FOR TENDER OPENING PURPOSES NAME OF TENDERER: …………………………………………………..…………………………………… SUPPLIER DATABASE NO.: MAAA …………….………………………. TOTAL PRICE (INCLUDING VAT) R PREFERENCES CLAIMED FOR: B-BBEE Status Level of Contributor: Preference Points Claimed: B-BBEE certificates submitted with the tender document MUST be VALID ORIGINAL B-BBEE CERTIFICATES or VALID CERTIFIED COPIES OF THE B- BBEE CERTIFICATES TENDER CLOSES AT 12H00 ON FRIDAY,05 MAY 2017

Transcript of GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on...

Page 1: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 1 of 232

GEORGE MUNICIPALITY

BID DOCUMENT NUMBER: ENG 029 OF 2016

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR & OUTDOOR SWITCHGEAR

ENQUIRIES: DEON ESTERHUYZEN ISSUED BY: YORK STREET THE CITY COUNCIL GEORGE MUNICIPALITY OF GEORGE (044) 874 3917 P O BOX 19 GEORGE 6530

SUMMARY FOR TENDER OPENING PURPOSES

NAME OF TENDERER: …………………………………………………..……………………………………

SUPPLIER DATABASE NO.: MAAA …………….……………………….

TOTAL PRICE (INCLUDING VAT) R

PREFERENCES CLAIMED FOR:

B-BBEE Status Level of Contributor:

Preference Points Claimed:

B-BBEE certificates submitted with the tender document MUST be VALID ORIGINAL B-BBEE CERTIFICATES or VALID CERTIFIED COPIES OF THE B-

BBEE CERTIFICATES

TENDER CLOSES AT 12H00 ON FRIDAY,05 MAY 2017

Page 2: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 2 of 232

INDEX

DESCRIPTION PAGE

NUMBERS Tenderer Contact Details

3

Advertisement

4

Invitation to Bid

5

Details of Tenderer

6

Details of Tendering Entity’s Bank

7

Resolution taken by the Board of Directors / Members / Partners

8

Resolution taken by the Board of Directors of a Consortium or Joint Venture

9-10

Joint Venture Information / Agreement

11

Special Conditions of Tender According to the George Municipal PPPFA Policy

12

Tender Specifications & Pricing Schedule

13-194

Past Experience

195

The Tender Offer and Acceptance

196-198

MBD2 – Tax Clearance Certificate

199

MBD4 – Declaration of Interest

200-203

MBD6.1 – Preference Points Claim form

204-209

Sworn Affadavit 210

MBD6.2 – Delcaration Certificate for Local Production 211-214

MBD8 – Declaration of Bidder’s Past Supply Chain Management Practices

215-216

MBD9 – Certificate of Independent Bid Determination

217-219

Certificate for Municipal Services

220

General Conditions of Contract

221-232

Page 3: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 3 of 232

TENDERER CONTACT DETAILS

This information shall be used for any correspondence or contact with the tenderer. Please indicate whether you want to receive any correspondence via e-mail or send to your postal address by registered mail.

Name of Bidding Company: ....................................................................

Mark choice of correspondence with

X

Postal Address:

................................................................................... ................................................................................... ................................................................................... ............................................. Postal Code: ...........

E-mail Address:

...................................................................................

Telephone Number:

...................................................................................

Cellular Number:

...................................................................................

Facsimile Number:

...................................................................................

Page 4: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 4 of 232

GEORGE MUNICIPALITY / GEORGE MUNISIPALITEIT TENDER NO. ENG029/2016 / TENDER NR. ENG029/2016

Tenders are hereby invited for the supply and delivery of electrical stock:

INDOOR AND OUTDOOR SWITCHGEAR 11kV

Completed tenders in a sealed envelope, clearly marked: Tender No. ENG029/2016, must be placed in the tender box at

the George Municipality on the First Floor, Directorate: Financial Services, Supply Chain Management, York Street, George by no later than 12:00 on Friday, 05 May 2017. Tenders are not allowed

to be placed in the tender box after 12:00. Tenders will be opened on the same day in the 1st Floor Committee Room at 12:05. Late or unmarked tenders will not be considered. No posted tenders or tenders per fax or e-mail will be accepted. Tender documents are available at a non refundable deposit of R185-00 each from the Supply Chain Management Unit, First Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: www.george.org.za, free of charge Stage 1: Local content Only tenders scoring a minimum of 100 % in stage 1 will be further considered for evaluation in stage 2. The stipulated minimum threshold percentages for local production and content for the Steel products and components.

Stage 2: Tenders will be evaluated and adjudication in terms of the Preferential Procurement Policy Framework Act (Act 5 of 2000) Regulations 2011 and the George Municipality’s Supply Chain Management Policy, where 90 points will be scored for price and 10 points for B-BBEE status. For more information, contact Mr Deon Esterhuizen at (044) 8743917/ [email protected]. The Municipality reserves the right to withdraw any invitation to tender and/or to readvertise or to reject any tender or to accept a part of it. The Municipality is not bound to accept the highest or any tender. Important notice: a Valid original tax clearance certificate must be submitted with the documentation. It will be required from all successful bidders to register on the Central Supplier Database (CSD). T BOTHA MUNICIPAL MANAGER GEORGE MUNICIPALITY GEORGE 6530

Tenders word hiermee ingewag vir die verskaffing en aflewering van elektriese voorraad:

INDOOR & OUTDOOR SWITCHGEAR 11kV

Voltooide tenders in ‘n verseëlde koevert, duidelik gemerk: Tender Nr. ENG029/2016, moet voor Vrydag, 05 Meil 2017 om 12:00 in die tender bus by die George Munisipaliteit op

die Eerste Vloer, Direktoraat: Finansiële Dienste, Voorsieningskanaal Bestuurseenheid, Burgersentrum, Yorkstraat, George geplaas word. Geen tenders sal toegelaat word om in die tender bus geplaas te word na 12:00 nie. Tenders sal om 12:05 dieselfde dag in die Komiteekamer op 1ste Vloer oopgemaak word. Laat of ongemerkte tenders sal nie oorweeg word nie. Geen tenders per pos, faks of e-pos sal aanvaar word nie. Tender dokumente is verkrygbaar teen ‘n R185-00 nie-terugbetaalbare deposito elk by die Voorsieningskanaalbestuur Eenheid op die Eerste Vloer, Burgersentrum, Yorkstraat, George. Tender dokumente is gratis op die George Munisipaliteit se webblad beskikbaar: www.george.org.za Fase 1: Plaaslike Inhoud Slegs tenderaars wat ‘n minimum van 100% behaal in fase 1, sal verder vir evaluering in fase 2 oorweeg word. Die vasgestelde minimum persentasies vir plaaslike produksie en inhoud vir die sektor Staal produkte en komponente is.

Fase 2: Tenders sal ge-evalueer en toegeken word in terme van die Wet op die Raamwerk vir Voorkeurverkrygingsbeleid (Wet 5 van 2000) Regulasies 2011, asook George Munisipaliteit se Voorsieningskanaalbestuursbeleid, waar 90 punte ten opsigte van die prys en 10 punte ten opsigte van B-BBEE status toegeken sal word. Vir verdere inligting, kontak Mr Deon Esterhuizen by (044) 8743917/ [email protected]. Die Munisipaliteit behou hom die reg voor om enige versoek vir ‘n tender terug te trek en/of te her-adverteer of enige tender te verwerp of gedeeltelik te aanvaar. Die Munisipaliteit is nie daartoe gebind om die hoogste of enige tender te aanvaar nie. Belangrike kennisgewing: ‘n Oorspronklike belasting uitklaringsertifikaat moet ingesluit wees by dokumentasie. Dit sal van alle suksesvolle bieërs verwag word om op die Sentrale Verskaffersdatabasis (SVD) te registreer. T BOTHA MUNISIPALE BESTUURDER GEORGE MUNISIPALITEIT GEORGE 6530

Page 5: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 5 of 232

INVITATION TO BID

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR

BID NUMBER: ENG 029/2016 CLOSING DATE: 05 May 2017 CLOSING TIME: 12:00

BID DOCUMENTS MUST BE DEPOSITED IN THE TENDER BOX SITUATED AT:

Supply Chain Management Unit The Civic Centre (1st Floor) York Street GEORGE

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. The bid box is open from 07:45 until 16:30, 5 days a week. Bids must be submitted on the Official Forms (NOT TO BE RE-TYPED). B-BBEE certificates submitted with the tender documents MUST be a VALID ORIGINAL B-BBEE CERTIFICATE or VALID CERTIFIED COPY OF THE B-BBEE CERTIFICATE. In the case of a Trust, Consortium or Joint Venture, they will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate. This Bid is subject to the General Conditions of Contract (GCC) and, if applicable, any other Special Conditions of Contract.

This Bid will be evaluated and Adjudicated according to the following criteria:

1. Relevant specifications; 2. Value for money; 3. Capacity to execute the contract; 4. PPPFA Regulations 2011.

NB: NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE

STATE, PROVINCIAL GOVERNMENT OR MUNICIPALITY.

Page 6: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 6 of 232

DETAILS OF TENDERER Name of firm / entity / enterprise

Trading as (if different from above)

Postal address

Postal Code _______

Physical address

Contact Details of the Person Signing the Tender:

Name: _____________________________________ Telephone: (___) __________ Fax: (___) __________ Cellular Number: _____________________________ E-mail address: _____________________________

Contact Details of the Senior Manager Responsible for Overseeing Contract Performance:

Name: _____________________________________ Telephone: (___) __________ Fax: (___) __________ Cellular Number: _____________________________ E-mail address: _____________________________

Contact Details of Person Responsible for Accounts / Invoices:

Name: _____________________________________ Telephone: (___) __________ Fax: (___) __________ Cellular Number: _____________________________ E-mail address: _____________________________

Company Income Tax Number

VAT Registration Number

Company Registration Number

Any other Registration Applicable to this Industry

Page 7: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 7 of 232

DETAILS OF TENDERING ENTITY’S BANK I/We hereby authorize the Employer/Client to approach all or any of the following bank/s for the purposes of obtaining a financial reference:

DESCRIPTION OF

BANK DETAIL

BANK DETAILS APPLICABLE TO TENDERER’S HEAD OFFICE

Name of bank

Branch name

Branch code

Name of Account Holder

Account number

Type of Account

Signature of Tenderer:___________________________________ Date: ___________________________________

Page 8: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 8 of 232

THE RESOLUTION TAKEN BY THE BOARD OF DIRECTORS / MEMBERS / PARTNERS RESOLUTION of a meeting of the Board of Directors / Members / Partners of ______________________________________________________________________

NAME OF TENDERER

Held at _______________________________________ on ______________________ (Place) (Date) RESOLVED THAT: 1. The enterprise submits a Tender to the George Municipality in respect of the following:

TENDER NUMBER: ENG 029/2016

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR 11kV

2. Mr/Mrs/Ms _______________________________________________________ In his/her capacity as _______________________________________________ and who will sign as follows: __________________________________ (SPECIMAN SIGNATURE) be, and is hereby, authorized to sign the Tender and any and all other documents and/or correspondence in connection with and relating to the Tender, as well as to sign any contract, and or all documentation resulting from the award of the Tender to the enterprise mentioned above. Note: The resolution must be signed by all the directors or members / partners of the bidding enterprise. Should the space provided below not be sufficient for all the directors to sign, please provide a separate sheet in the same format below.

Name

Capacity

Signature

1

2

3

4

5

6

Page 9: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 9 of 232

THE RESOLUTION TAKEN BY THE BOARD OF DIRECTORS OF A CONSORTIUM OR JOINT VENTURE

RESOLUTION of a meeting of the Board of Directors / Members / Partners of ___________________________________________________________________

NAME OF TENDERER

Held at _______________________________________ on ___________________ (Place) (Date) RESOLVED THAT: 1. The enterprise submits a Tender to the George Municipality in respect of the following:

TENDER NUMBER: ENG 029/2016

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR 11kV

(list all the legally correct full names and registration numbers, if applicable, of the Enterprises forming the Consortium / Joint Venture):

___________________________________________________________________ and

___________________________________________________________________ and

___________________________________________________________________ 2. Mr/Mrs/Ms _______________________________________________________ In his/her capacity as _______________________________________________ and who will sign as follows: __________________________________ (SPECIMAN SIGNATURE)

be, and is hereby, authorized to sign the Tender and any and all other documents and/or correspondence in connection with and relating to the Tender, as well as to sign any contract, and or all documentation resulting from the award of the Tender to the Consortium / Joint Venture enterprise mentioned above. 3. The enterprise in the form of a consortium or joint venture accept jointly and several

liability with parties under item 1 above for the fulfillment of the obligations of the joint venture deriving from, and in any way connected with the contract to be entered into with the George Municipality in respect of the project described above under item 1.

4. The Consortium / Joint Venture enterprise chooses as its domicilium citandi et

executandi for all purposes arising from this joint venture agreement and contract with the George Municipality in respect of the project under item 1:

(Physical Address) ________________________________________________ ________________________________________________

Page 10: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 10 of 232

Note: The resolution must be signed by all the directors or members / partners of the bidding enterprise. Should the space provided below not be sufficient for all the directors to sign, please provide a separate sheet in the same format below. NB. COMPULSORY TO COMPLETED

Name

ID Number

Directors/Owners Personal Tax no

Signature

1

2

3

4

5

6

7

8

9

10

11

12

Page 11: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 11 of 232

JOINT VENTURE

Only to be completed if applicable

Name of Joint Venture:

Names of Each Enterprise:

(1) Name and Address of Enterprise:

(2) Name and Address of Enterprise:

(3) Name and Address of Enterprise:

Has an original valid Tax Clearance Certificate been submitted for each enterprise?

YES NO

CIDB Registration Number(s), if any:

Submit your Joint Venture Agreement together with this annexure. If no Joint Venture Agreement is submitted, your tender will be disqualified. SIGNED ON BEHALF OF JOINT VENTURE

Page 12: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 12 of 232

SPECIAL CONDITIONS RELEVANT TO SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR & OUTDOOR

SWITCHGEAR

The following Conditions shall be adopted as per the Municipal PPPFA Policy

SPECIAL CONDITIONS OF TENDER

Comply

Y/N

Ref in

proposa

l

B. CONDITIONS APPLICABLE AFTER CLOSING OF TENDER BUT BEFORE A SELECTED SERVICE

PROVIDER IS ANNOUNCED

Any additional information upon request must be submitted in writing within 48 hours of

receipt.

C. CONDITIONS APPLICABLE AFTER AWARDING OF THE TENDER

Payments will be made as per agreed in the tender conditions.Invoices must be submitted

before 12 noon on Wednesdays at George Creditors office, to ensure timeous payment

Penalties of 10% for late delivery will be deducted for each late order

1% CSI contribution per invoice

Page 13: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 13 of 232

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR 11kV

SPECIAL TENDER CONDITIONS OF GEORGE MUNICIPALITY

1. GENERAL TENDER CONDITONS 1.1 The conditions, specifications and schedules contained in this document form an integral part

of the tender contract and must be returned with the tender submitted. Failure to comply herewith will invalidate a tender.

1.2 This document contains continuously numbered pages and is the copyright of the Municipality

of George. It may not be used, copied or lent out except in the performance of this contract. 1.3 Tenderers should carefully inspect the document for completeness and legibility. Claims based

on missing pages or illegible script will not be considered. 1.4 Telegraphic tenders will be considered, provided that the tender document is posted before the

advertised closing time of tender. Proof of the date and time of posting shall be required. FAX OFFERS WILL NOT BE VALID.

1.5 Late, incomplete, open or unmarked tenders will not be considered. 1.6 Proof of posting will not be accepted as proof of delivery. 1.7 Tenders shall remain valid for 120 days after closing date of tender. 1.8 Written information only will be valid as amending or supplementing this contract. Verbal

information will not be accepted as binding on Council or its officials. 1.9 Each tender must be submitted in a sealed envelope clearly endorsed “TENDER NO ENG

029-/16: THE SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR 11kV” and addressed to The Municipal Manager, Municipality, PO Box 19, GEORGE, 6530, so as to reach him not later than the date and time advertised or be placed in the tender box situated at Supply Chain Management, The George Civic Centre (1 st floor), York Street, George.

Tenders shall be valid from date of appointment for a three (03) year period and items will be ordered from the successful tenderers as and when required.

1.10 All prices quoted and all deposits or payments made shall be in the currency of the Republic of

South Africa. 1.11 Tenders must be submitted on the schedule provided and completed and signed in all respects.

1.12 The lowest or any tender will not necessarily be accepted and Council reserves the right to

accept any tender in whole or in part.

1.13 Any deviation or omissions from or additions to the specifications or additional or alternate items shall be detailed in the variation schedule. Deviations or omissions not speechified shall not be accepted.

Any additional particulars should be furnished in a separate letter by tenderers.

1.14 Tenderers must submit: the prices of all optional equipment separately, the terms and

conditions of guarantee, delivery time, availability and prices of and discounts on spare parts, full descriptive literature and specifications, and choices where applicable.

Page 14: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 14 of 232

1.15 Contract Price Adjustment: 1.15.1 Prices should remain firm for the period of the tender. Should the successful Tenderer wish to

alter any tendered price during the currency of this tender, Council reserves the right to:

i) Accept the amended price ii) Call new tenders for the affected items. iii) Negotiate prices with alternate suppliers.

1.15.2 Where prices are not firm, a formula using the SEIFSA indexes is to be used and the following

shall apply:-

i) Tendered prices shall be based on the latest published index figures. ii) The adjusted contract price shall be coupled to the tendered delivery times and not the

actual delivery date (e.g. if the tendered delivery time is 6 months and the order is placed in August, contract adjustment shall be calculated with February as agreed completion month). The actual delivery time shall be used to adjust the contract price where delivery time is shorter that the tendered delivery time.

iii) Should Council be of the opinion that prices have risen out of proportion; Council reserves the right to negotiate on the open market for provision of the goods.

iv) Successful tenderers must submit on request all the applicable formulas, constants and factors required for calculating price adjustments.

1.16 All invoices submitted for payment shall be accompanied by a CPA calculation sheet clearly

showing all calculations where prices are subject to adjustment. 1.17 Test Certificates:

Where applicable, test certificates will be required and tenderers must state the additional cost for the submission thereof, if any.

1.18 Brochures:

All additional information brochures etc. required or which the Contractor whishes to submit with or in support of his tender, shall be submitted in duplicate.

1.19 Defective materials:

Should materials or equipment be found defective within one year after being supplied, or unsatisfactory in any way, the Council may order such defects or unsatisfactory materials to be replaced free of cost and that such replacements be subjected to one year guarantee.

1.20 Value Added Tax:

All prices must INCLUDE 14% V.A.T.

1.21 Quantities:

The minimum quantities given are the minimum quantities per any one order. More than the minimum amount may be ordered and more than one order may be placed during the year. Tenderers are free to specify discounts for large quantities.

1.22 Samples:

If so required, samples MUST be submitted to the Director: Electro technical Services, Municipal Offices, Brick Road, George. If this clause is not complied with, tenders will not be considered. The samples of accepted tenders will be held for the whole of the contract period for reference.

Tenders must also clearly state whether samples are to be returned or whether they are FREE OR CHARGED. In the absence of an indication in this regard, samples will be retained without future responsibility.

1.23 Quality and Guarantee:

Page 15: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 15 of 232

1.23.1 All goods supplied shall be equal in all respects to samples, patterns of specifications where

such are provided and where no samples or patterns are exhibited, or specifications maintained, then the goods or materials shall be the best of their respective kinds.

1.23.2 Council reserves the right to inspect any goods at any time during the production, testing or commissioning stage and may accept or reject any goods in part or as a whole that do not comply with this specification.

1.23.3 Any deliveries not equal to samples and/or not in accordance with the Contract or otherwise unsatisfactory will be rejected, and such rejected goods will be held at the risk and experience of the Contractor and must, if required, be removed by him immediately on receipt of notification of rejection. The fact that no objection was made at the time goods were delivered shall not affect the Council’s rights under this clause.

1.23.4 Council reserves the right to request test certificates for specified items. If the tested samples meet the specification, Council will pay all the cost of such test. If the tested samples fail to meet the specification, the supplier shall pay the costs of testing, as well as removing all defective articles that may have been delivered and replacing with acceptable items.

1.23.5 If any dispute arises between the Council and the Contractor in connection with the quality and guarantee of the goods, either party may give to the other notice, in writing, of the existence of such dispute, and the same shall there upon be referred to arbitration in South Africa to a person to be mutually agreed upon. The submission shall be deemed to be a submission to arbitration within the meaning of the arbitration within the meaning of the arbitration laws in force in the Republic of South Africa.

1.23.6 The risk on all goods purchased by the Council under the Contract shall remain with the Contractor until such goods have been delivered to the Council.

1.23.7 The Form of Tender, Variation Schedule and Price Adjustment Schedule shall e completed by the Tenderer, and shall be submitted with his Tender on the tender closing date.

1.24 Delay in completion:

Should the Contractor fail to complete the delivery to the satisfaction of the Engineer within the period stated the Contractor shall pay the Employer as and for agreed liquidated damages the sum of 1/14% (one fourteenth percent) of the total contract amount per calendar day which sum the contractor agrees to forfeit for each and every calendar day the delivery remains incomplete after the expiration of the given period, and it is herby agreed that in the above event the Employer shall have the right to realize all or any of the securities and apply the proceeds towards the payment of any claim under this or any other clause of these conditions of the contract. When the total of the abovementioned penalties reaches 5% of the contract value and the delivery is still incomplete, the Employer shall exercise procedures as set out in the General Conditions of Contract.

1.25 Escalation fees:

In the event of prices being subject to adjustment, such escalation fees shall only be payable up to and including the last day stated in the delivery schedule for items being delivered late.

1.26. A successful tenderer shall be notified of the award of a tender in writing, signed by the

Municipal Manager or the Head of Department responsible for the contract. A verbal notification of award shall not be accepted as binding on the City Council of George.

ALL TENDERS THAT DO NOT COMPLY WITH THE ABOVEMENTIONED REQUIREMENTS WILL BE TAKEN AS INCOMPLETE AND MAY BE REJECTED WITHOUT FURTHER CONSIDERATION.

Page 16: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 16 of 232

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR 11kV

Technical Specification

1 SCOPE OF SPECIFICATION

1.1 This Specification provides for the design, manufacture, testing at the Manufacturer's Works, supply, delivery and off-loading at the City of George:

1.1.1 The indoor air-insulated switchgear and ancillary equipment required for extensions to existing switch boards, and for specific retrofits, modifications and upgrades to existing switchgear.

1.1.2 The indoor air-insulated switchgear and ancillary equipment required for new installations and for extensions of existing switchgear installations of the same type of switchgear offered by the tenderer.

1.1.3 The indoor gas-insulated switchgear and ancillary equipment required for new installations and for extensions of existing switchgear installations of the same type of switchgear offered by the tenderer.

1. 1.2 The Works to be supplied shall include all work incidental thereto whether specified in

detail or not and in general is to be carried out by the Contractor in accordance with the Conditions of Contract and shall comprise the following:

1.2.1 Definite Work 1.2.1.1 Work at fixed schedule prices

1.2.1.1.1 The design, manufacture, supply, testing, delivery to stores and off-loading in

accordance with the Conditions of Contract and this Specification at the prices stated in the Schedules of the switchgear and equipment of which the numbers, quantities and details are specified in Purchase Orders placed from time to time during the validity period of the Contract, the types, voltages and ratings are described, and of which particulars of the detailed equipment are given, such equipment including all accessories, wiring and other work required to complete the equipment, whether specified herein or not.

1.2.1.1.2 The collection and loading at stores, delivery to site, erection, site testing, completion and commissioning in accordance with the Conditions of Contract and this Specification at the prices stated in the Schedules of switchgear and equipment of which the numbers, quantities and details are specified in Purchase Orders and the Works Projects Documents placed from time to time during the validity period of the Contract, and such work shall include all accessories, wiring and other work required to complete the equipment, whether specified herein or not.

1.2.1.2 Training

Page 17: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 17 of 232

The provision of installation, operation, erection and maintenance training of the Employer’s staff and all associated literature and manuals as detailed in this Specification and in the Schedules.

1.2.1.3 Type tests When required by the Engineer, the variation of the requirements by the carrying out or

omission of any specific type tests at the cost stated in the Schedules.

2 NORMATIVE REFERENCES

2.1 The following documents contain provisions that, whether referenced in the text or not, constitute requirements of this specification. At the time of publication, the editions indicated were valid. For dated references only, the edition cited applies. For undated references the latest edition of the document (including amendments) applies. Information on currently valid national and international standards can be obtained from the South African Bureau of Standards:

2.1.1 SANS 32 Internal and/or external protective coatings for steel tubes – Specification for hot dip galvanized coatings applied in automatic plants

SANS 064 The preparation of steel surfaces for coating

SANS 97 Electric cables - Impregnated paper-insulated metal-sheathed cables for rated voltages 3,3/3,3 kV to 19/33 kV (excluding pressure assisted cables)

SANS 121 Hot-dipped galvanised coatings on fabricated iron and steel articles

SANS 679 Zinc chromate primers for steel

SANS 876 Cable 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.

SANS 935 Hot dip (galvanized) zinc coatings on steel wire

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

SANS 1091 National colour standard

SANS 1186 Symbolic safety signs Part 1: Standard signs and general requirements

SANS 1332 Accessories for medium-voltage XLPE and impregnated-paper insulated power cables (3,8/6,6 kV to 19/33 kV)

SANS 1507-3 Electrical cables with extruded solid dielectric insulation for fixed installation (300/500 V to 1900/3300 V) Part 3: PVC distribution cables.

SANS 1885 Metal-clad switchgear for rated a.c. voltages above 1 kV and up to and including 36 kV – General requirements and methods of test

Page 18: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 18 of 232

SANS 2808 Paints and varnishes. Determination of film thickness

SANS 3575 Hot dipped (galvanised) zinc coatings on steel sheet and strip

SANS 4998 Continuous hot-dipped zinc-coated carbon steel sheet of structural quality

SANS 9000 Quality management systems – Fundamentals and vocabulary

SANS 9001 Quality management system – Requirements

SANS 9002 Quality systems – model for quality assurance in production, installation and servicing

SANS 10064 The preparation of steel surfaces for coating

SANS 60034 Rotating electrical machines

SANS 60060-1 High-voltage test techniques Part 1: Switchgear, control gear and fuses

SANS 60060-2 High-voltage test techniques Part 2: Measuring systems

SANS 60072 Dimensions and output series for rotating electrical machines

SANS 60137 Insulated bushings for alternating voltages above 1 000 V

SANS 60186 Voltage transformers

SANS 60269-1 Low voltage fuses – Part 1: General Requirements SANS 60270 High-voltage test techniques - Partial discharge

measurements

SANS 60529 Degrees of protection provided by enclosures (IP code) SANS 60947-2 Low voltage switchgear and control gear Part 2: Circuit-

breakers

SANS 61000 Electromagnetic compatibility (EMC)

SANS 61238-1 Compression and mechanical connectors for power cables for rated voltages up to 30 kV (Um = 36 kV) Part 1: Test methods and requirements

SANS 61243-5 Live working – Voltage detectors Part 5: Voltage detecting systems (VDS)

SANS 61869-1 Instrument transformers Part 1: General requirements

SANS 61869-2 Instrument transformers Part 2: Additional requirements for current transformers

SANS 61869-3 Instrument transformers Part 3: Additional requirements for Inductive voltage transformers

Page 19: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 19 of 232

SANS 62271-1 High-voltage switchgear and control gear Part 1: Common specifications

SANS 62271-100 High-voltage switchgear and control gear Part 100 : High voltage alternating current circuit breakers

SANS 62271-102 High-voltage switchgear and control gear Part 102 : High voltage alternating current disconnectors and earthing switches

SANS 62271-103 High-voltage switchgear and control gear Part 103: Switches for rated voltages, above 1 kV and less than 52 kV

SANS 62271-110 High-voltage switchgear and control gear Part 110 : Inductive load switching

SANS 62271-200 High-voltage switchgear and control gear Part 200: AC metal-enclosed switchgear and control gear for rated voltages above 1 kV and up to and including 52 kV

SANS 62271-201 High-voltage switchgear and control gear Part 201: AC insulation- enclosed switchgear and control gear for rated voltages above 1 kV and up to and including 52 kV

SANS 62271-301 High-voltage switchgear and control gear Part 301 : Dimensional standardisation of terminals

IEC 60051 Direct acting indicating analogue electrical measuring instruments

IEC 60068-2 Environmental Testing IEC 60071 Insulation co-ordination IEC 60085 Thermal evaluation and classification of electrical

installations IEC 60112 Method for determining the comparative and the proof

tracking indices of solid insulating materials under moist conditions

IEC 60255 Electrical relays IEC 60376 Specification and acceptance of new sulphur

hexafluoride gas IEC 60455 Resin based reactive compounds used for electrical

insulation IEC 60687 Alternating Current Static Watt-Hour Meters for Active

Energy (Classes 0,2 S and 0,5 S) IEC 60688 Electrical measuring transducers for converting a.c.

electrical quantities into d.c. electrical quantities IEC 61187 Electrical and electronic measuring equipment,

documentation 2.1.2 BS 2562 Specification for cable boxes for transformers and reactors BS 3941 Voltage Transformers

BS 6121-1 Mechanical cable glands

BS 6746 PVC insulation and sheath of electric cable

Page 20: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 20 of 232

2.1.3 BS EN 10143 Continuously hot-dip metal coated steel sheet and strip

BS EN 22063 Thermal spraying - zinc, aluminium and their alloys

BS EN 60137 Insulated bushings for alternating voltages above 1 kV

2.1.4 ISO 9003 Quality system-model for quality in final inspection and test ISO 8501-1 Preparation of steel substrates before application of

paints and related products - visual assessment of surface cleanliness – Part 1: rust grades and preparation grades of uncoated steel substrates after overall removal of previous coatings

2.1.5 EN 50181 Plug-in type bushings above 1 kV up to 36 kV and from 250 A

to 1,25 kA for equipment other than liquid filled transformers. 2.1.6 NRS 029 Current transformers for rated a.c. voltages from 3,6 kV up to

and including 420 kV (maximum voltage for equipment)

NRS 030 Inductive voltage transformers for rated a.c. voltages from 3,6 kV up to and including 145 kV for indoor and outdoor application

NRS 060 Code of practice for clearances for electrical systems with rated voltages up to and including 12 kV, for the safety of persons

2.1.7 City of George Electricity Services Department Occupation Health and Safety Specification for Construction Work on LV and MV Distribution Networks

2.2 Reference to a particular standard or recommendation in this Specification does not relieve the Manufacturer of the necessity of complying with other relevant standards or recommendations.

2.3 The design features of all equipment shall be based on the SI system of units.

2.4 All equipment shall in respect of electromagnetic compatibility comply with the

requirements of SANS 61000 or IEC 61000 where a SANS approved equivalent has yet to be published.

3 OPERATING CONDITIONS 3.1 Electrical energy is generated at interconnected power stations as a three phase

current at a frequency of 50 Hz and transmitted by means of overhead lines and

Page 21: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 21 of 232

underground cable to a number of switching stations at voltages of 132 kV, 66 kV and 11 kV between phases and the working voltage of any part of the transmission system will normally not exceed 10% above these levels. The system may, however, operate continuously at this upper limit and all equipment shall be designed accordingly.

3.2 The neutral points of the 132 kV and the 66 kV systems are directly earthed at

each point of transformation.

3.3 The 11 kV system is earthed either direct or through a resistor.

3.4 The equipment shall be suitable in all respects for continuous operation at its

rated capacity under the climatic conditions on Site as detailed in this Specification.

4 TERMS AND DEFINITIONS

4.1 Feeder Panel: a switch panel with withdrawable circuit breaker or a fixed circuit breaker and associated disconnector/earthing switch (as specified in the schedules), feeder differential and/or overcurrent protection, and instrumentation for controlling a circuit the other end of which is connected to a similar switch panel forming part of a switchboard supplied by others.

4.2 Feeder Metering Panel: a switch panel with a withdrawable circuit breaker or a fixed

circuit breaker and associated disconnector/earthing switch (as specified in the schedules), overcurrent and earth fault protection, instrumentation and with the addition of instrument transformers for the 3-phase 4-wire system of metering.

4.3 Incoming Transformer Panel: a switch panel with a withdrawable circuit breaker or a fixed circuit breaker and associated disconnector/earthing switch, (as specified in the Schedules), with differential and overcurrent protection, instrumentation and instrument transformers for the 3-phase 4-wire system of metering for controlling an incoming circuit from step down transformers in a Main Substations.

4.4 Bus Section Panel: a switch panel with a withdrawable circuit breaker or a fixed circuit breaker and associated disconnector/earthing switch (as specified in the schedules), busbar earth switch, overcurrent/earth fault protection and instrumentation (where specified in the Schedules) that is installed within the length of a busbar and by means of which the two portions of the busbar may be electrically separated. Bus-section panels shall be LHS panels (ie Standard busbars to LHS of Bus-section panel, Busbar Riser panel to RHS, when viewed from the front of the switch-board).

4.5 Busbar Riser Panel: a panel of the same general construction as the switch panels mentioned above, and having the same external dimensions, containing a set of three busbarsand where specified a disconnector/earthing switch,and designed to be installed alongside a Bus-section panel to raise the busbars to the standard level for the switch board. Busbar Riser panels shall be RHS panels (ie Standard busbars to RHS of Busbar Metering panel, Bus-Section panel to LHS, when viewed from the front of the switch-board).

Page 22: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 22 of 232

4.6 Busbar Earthing Panel: a panel of the same general construction as the switch panels mentioned above, and having the same external dimensions, fitted with a busbar earthing switch.

4.7 External Busbars: Fully insulated, screened busbars for GIS switchgear where the entire busbar is assembled external to the switch-panel during switchgear installation, and is connected to outer cone busbar bushings on the individual switch-panels using end adapters or cross adapters.

4.8 In-Line Busbars: Fully insulated, screened busbars for GIS switchgear where the busbar is installed inside the switch-panel during manufacture and is provided with inner cone busbar bushings on both sides of each switch-panel, and where in-line busbar coupling inserts are utilised during switchgear installation to connect the busbars between switch-panels.

4.9 Busbar Couplings: Fully insulated, screened busbar coupling inserts used to interconnect the busbars of adjacent switch-panels on a GIS switchboard with in-line busbars through insertion into the inner cone busbar bushings of the two adjacent switch-panels.

4.10 Busbar Blanking Plugs: Fully insulated, screened busbar inserts used to seal the innercone busbar bushings on the two ends of a GIS switchboard with in-line busbars, and supplied complete with metal blanking cover.

4.11 Busbar End Adapters: Fully insulated, screened connector used to connect external busbars to the outer cone busbar bushing of a GIS switch-panel designed for external busbars, and used where the busbars are extended in one direction only from that switch-panel.

4.12 Busbar Cross Adapters: Fully insulated, screened connector used to connect external busbars to the outer cone busbar bushing of a GIS switch-panel designed for external busbars, and used where the busbars are extended in both directions from that switch-panel.

4.13 Busbar Dead End Cap: Fully insulated, screened connector used to cap GIS switch-panel outer-cone busbar bushings that are not in use on a GIS switchboard.

5 SWITCHGEAR DESIGN

5.1 Substation Design

5.1.1 The switchgear is to be used as new switchboards and as extension panels on existing switchboards in multiple new and existing distribution substations with general station arrangement and layout as detailed on the accompanying generic drawings. It is the responsibility of the Contractor to prepare detailed layouts showing the manner in which the various items of equipment offered can be accommodated to best advantage within the generic distribution substation layout.

Page 23: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 23 of 232

5.1.2 The circuit arrangements may be modified as necessary to suit the

Contractor's layout and equipment requirements provided the basic principles shown in the drawings are maintained.

5.1.3 Alternative layouts will be considered especially where these offer economic or technical advantages. It is emphasised, however, that the main tender offer should comply with the principles shown in the drawings, other arrangements being submitted solely as alternatives to the main offer.

5.2 Design Principles and Parameters

5.2.1 The switchgear shall comply with SANS 62271-200, SANS 62271-201 and SANS 1885 as specified.

5.2.2 Air insulated switchgear (AIS) shall be of the fully metal-enclosed factory assembled type with withdrawable circuit breakers.

5.2.3 Gas insulated switchgear (GIS) shall be fixed pattern type switchgear with all primary circuit components installed in SF6 compartments. Fully screened solid insulation busbars in air enclosed compartments will be acceptable.

5.2.4 Switchgear shall be designed so that normal service and maintenance operations can be carried out in safety including the checking of phase sequence, earthing of connected cables, location of cable faults and voltage tests on connected cables.

5.2.5 All components of the same rating and construction which may need to be

replaced during service shall be interchangeable. 5.2.6 Components within the metal enclosures shall be subject to individual

International Electrotechnical Commission (IEC) standards which are relevant except where modified by this Specification.

5.2.7 The equipment offered shall comprise the Manufacturer's standard

equipment, the reliability of which has been thoroughly proven in service. 5.2.8 All components and accessories shall have passed the type tests laid

down in the appropriate specifications. The type tests shall have been conducted or, where in-house tests cannot be avoided, shall have been fully witnessed and certified by an accredited independent test laboratory and approved by the Engineer. The testing laboratory shall be accredited by a national accreditation body that is a member of the International Laboratory Accreditation Cooperation.

Page 24: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 24 of 232

5.2.9 The equipment offered shall be identical to the equipment covered by the type tests and the panel offered shall be assembled in the same factory as the type tested panel. In the event that equipment is manufactured in a factory different from the equipment subjected to type testing, but the Tenderer believes that the type test certification is nevertheless applicable, the Tenderer shall submit a full and detailed motivation for the acceptance by the Employer of the type test certification as applicable to the equipment tendered. Acceptance of such type test certification shall be at the Engineer’s discretion.

5.2.10 The switch panels will be used to make up switch boards and shall be supplied complete with erection equipment including insulating material for making the busbar joints between panels, bus wiring, all other materials and any special tools or components required to extend the switch board.

5.2.11 The AIS switchgear shall be suitable for installation in a substation of maximum ceiling height 3,2 m without reduction of the internal arc withstand rating or any other rating of the switchgear. The Tenderer shall further indicate the suitability of the switchgear for installation in existing substations of maximum ceiling height 3,0 m.

5.2.12 The GIS switchgear shall be suitable for installation in a substation of maximum ceiling height 2,8 m without reduction of the internal arc withstand rating or any other rating of the switchgear. The Tenderer shall further indicate the suitability of the switchgear for installation in existing substations of maximum ceiling height 2,7 m.

5.2.13 The AIS switchgear shall be suitable for installation in substations with a cable trench at the rear of the switchgear, with the cable termination compartment overhanging the cable trench. Termination of the MV cable and completion of the cable wiping gland shall be from the rear of the switchgear. Cable basements will not be available in the substation.

5.2.14 The GIS switchgear shall be suitable either for installation in substations with a cable trench at the rear of the switchgear with the cable termination compartment overhanging the cable trench at the rear OR for installation in substations with a cable trench at the front of the switchgear with the cable termination compartment overhanging the cable trench at the front. Installation and termination of the MV cable and completion of the cable wiping gland shall be carried out from the trench. Cable basements will not be available in the substation.

5.2.15 The Employer’s distribution substation standard and existing distribution substation buildings provide for cable trenches at the rear or the switchgear, and so preference will be given to GIS switchgear with rear

Page 25: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 25 of 232

cable entry.This preference will be assessed and applied during the evaluation of tender submissions through the addition of the civil costs, if any, for modifying the existing substation buildings to accommodate the GIS switchgear offered to the comparative price for that tender.

5.2.16 Tenderers shall submit details of the arrangement of the GIS switchgear and the trench within a typical substation building, complete with all dimensions required to enable the assessment of the arrangement by the Engineer.

5.2.17 The switchgear installation rates shall include the supply and installation of all switchgear base frameworks necessary in order to install and support the equipment over the trenches as specified. The frames shall be designed to withstand the full static and dynamic forces of the complete panel, including circuit breaker operations.

5.2.18 The operation of all circuit breakers, earth switches and devices shall be from the front of the panel only.

5.2.19 Access to all multicore and pilot terminals shall be from the front of the panel only.

5.2.20 All switch panels shall be constructed in such a way that they are rigid even when stood alone.

5.2.21 Provision shall be made for the lifting of each panel.

5.2.22 Switch panels shall be constructed so that they can be easily and readily adapted on site including the fitting of voltage transformers.

5.2.23 Panel doors shall be fitted with stops to prevent them from over swinging when opened.

5.2.24 AIS switch panels of rating 630 A and 1250 A shall be of minimum width 550 mm and of maximum width 650 mm. GIS switch panels (single bay) shall be of maximum width 650 mm.

5.3 Ratings

5.3.1 The switchgear and associated equipment shall comply with the ratings

specified in the Schedules.

5.3.2 Every current carrying part of the switchgear equipment including circuit breakers, busbars, current transformers, connections and joints shall be capable of carrying under the atmospheric and climatic conditions existing

Page 26: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 26 of 232

at Site, its specified rated current continuously and in no part shall the temperature rise exceed the values specified in SANS 62271 and other relevant standards.

5.3.3 Every part of the switchgear equipment shall also withstand without mechanical or thermal damage, the specified instantaneous peak current and rated short time current for the specified duration.

5.3.3.1 A rating plate complying with the requirements of SANS 62271-200 shall

be fixed to the front of the switchgear and shall include the specification number and the drawing references.

5.3.3.2 Rating plates complying with the requirements of SANS 61869-2 and 61869-3 for current and voltage transformers, respectively, shall be affixed to each current and voltage transformer in a position that is visible without the need to remove the transformer when the relevant compartment door or cover is in the open position. In addition, duplicate rating plates for the current and voltage transformers shall be affixed in a clearly visible position in the inside of the low voltage control / relay compartment.

5.3.3.3 A further rating plate shall be affixed in the low voltage compartment of all switch-panels containing metering current transformers that details the design burden of the metering current transformer secondary wiring. This is for the purpose of field accuracy testing of metering current transformers, as such tests are conducted from the low voltage compartment.

5.4 Degrees of Protection

5.4.1 The switch panels shall have the following degrees of protection in

accordance with SANS 60529:

5.4.1.1 The control / relay compartment and relay panels shall have an IP2X rating.

5.4.1.2 For AIS switchgear that is solidly insulated to full service voltage and has no bare live conductors or components, the degree of protection of the MV compartments shall be a minimum of IP4X.

5.4.1.3 For AIS switchgear that is not solidly insulated to full service voltage and where bare live conductors or components are present, the degree of protection of the MV compartments shall be a minimum of IP5X.

5.4.1.4 For GIS switchgear the MV compartments shall have an IP65 rating.

Page 27: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 27 of 232

5.5 Internal Arc Withstand and Pressure Relief Facilities

5.5.1 The switchgear shall be designed, constructed and type tested to

withstand an internal arc of 25 kA for a duration of 1 s with accessibility AFLR, in accordance with SANS 62271-200.

5.5.2 The specified internal arc rating shall be achieved without the release of hot gasses or overpressures within the switch room in the event of an arcing fault. Accordingly, the switchgear shall be designed, tested and supplied with an enclosed gas ducting plenum to gather and control hot gasses and overpressures in the event of an arcing fault and to channel these out of the switch room via suitable exhaust ducting.

5.5.3 Switchgear shall have the enclosed gas ducting plenum fitted to the top of the switch-panels and running horizontally over the length of the switchboard. Switchgear internal arc pressure relief designs that in addition require the installation of a vertical gas ducting end-plenum to channel hot gasses from lower switchgear compartments into the top plenum shall be to the Engineer’s approval.

5.5.4 The use of deflector plates or any other hot gas and overpressure control measures that provide for the release of such hot gasses and / or overpressures inside the switch room shall not be acceptable.

5.5.5 Exhaust ducting for standard switchgear installations shall be designed to exhaust to the rear of the switchboard, and through the rear wall of the switch room. The standard minimum clearance from the rear side of the switchgear to the switch room rear wall is 1 metre, as shown on drawing (Detail plan of typical indoor switchgear substation building).

5.5.6 Exhaust ducts shall be tendered complete, based upon exhausting of hot gasses to the rear of the switchboard, and shall include the end unit and all ducts, joints, fasteners and other parts necessary to extend from the switchgear gas ducting plenum to outside of the switch-room.

5.5.7 Outdoor exhaust ducts shall have the end unit and all other components that will extend past the outside wall of the substation building constructed from 3CR12 stainless steel and powder coated. Indoor exhaust ducts may be constructed from galvanised mild steel or other material to the approval of the Engineer.

5.5.8 Exhaust designs providing for an alternative of exhaust ducting to the one side of the switchboard through the side wall of the switch room are encouraged but such switchgear must also provide for the rear exhausting specified above as side exhausts can be utilised only in specific applications where substation layout permits.

Page 28: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 28 of 232

5.5.9 Bolted gland plates shall be provided in the cable termination chamber and it shall be demonstrated that an internal arc occurring within any compartment of the switchgear will not result in the bolted gland plate being dislodged.

5.5.10 The gas ducting top plenum and exhaust ducting shall not encroach on the minimum clearance required above the switchgear in terms of SANS 62271-200 for the specified maximum substation ceiling height unless the tenderer provides type test certification verifying the specified Internal Arc Withstand with the reduced clearance.

5.5.11 The gas ducting top plenum and exhaust ducting shall not obstruct access to the control / relay compartment top entry for multi-core cables.

5.5.12 The circuit breaker compartment of AIS switchgear shall be designed and IAC tested for circuit breaker racking behind closed doors.

5.5.13 The tendered price per switch panel shall include all gas ducting that is to be assembled onto such switch panel as part of the gas ducting top plenum in the completed installation, irrespective of whether such gas ducting is supplied and delivered assembled on the switch panel, separately as a complete assembly, or separately in kit form.Costs of supply and of installation of end-covers for either end of the gas top plenum shall be separately itemised with the busbar end-covers and cosmetic end sheets where provided for in the price schedule.

5.5.14 Costs of supply and of installation of gas ducting end-plenums, if required, shall be separately itemised where provided for in the priceschedule.

5.5.15 Gas ducting components forming part of the exhaust ducting from the switchboard gas ducting plenum to the exterior of the switch room shall be detailed and tendered separately, as indicated in the price schedule.

5.6 Extension Facilities

5.6.1 The switch panels shall be designed in such a way that, when made up

into switchboards, the switchboards can be extended readily and safely at either the left or right hand side end with similar panels to those offered.

5.6.2 The extension of the switch board using the same panels as offered shall not require the fitment of specially modified equipment e.g. VTs, cable boxes etc.

5.6.3 During extensions of existing switch boards it shall be possible to

Page 29: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 29 of 232

complete the installation of one or more extension switch panels and the extension of the existing busbars within a single shut-down of a maximum duration of 4 hours.

5.7 Earthing Facilities

5.7.1 Busbar earthing and cable earthing switches shall comply with the

requirements of SANS 62271-102.

5.7.2 Each switch panel shall be equipped with an integral fault make earth switch whereby the cable circuit can be positively earthed.

5.7.3 Bus Section panels for AIS switchgear shall have integral fault make earth switches for independent busbar earthing of the right hand side of the switchboard on switchboards that include a Bus Section panel.

5.7.4 Busbar earthing for AIS switchboard configurations that do not include a Bus Section panel or for the left hand side of AIS switchboards that do include a Bus Section panel shall be achieved through the use of a dedicated busbar earthing panel equipped with an integral fault make earth switch.

5.7.5 Bus Section panels and Busbar Riser panels for GIS switchgear shall have integral fault make earth switches or shall provide for busbar earthing through a circuit breaker and three position disconnector / earthing switch for independent busbar earthing of both sides of the switchboard on switchboards that include a Bus Section panel.

5.7.6 Busbar earthing for GIS switchboard configurations that do not include a Bus Section panel shall be achieved through the use of a dedicated busbar earthing panel, either equipped with an integral fault make earth switch or alternatively equipped for busbar earthing through a circuit breaker and earthing switch.

5.7.7 The fault make earth switch shall have a making current rating and short time rating equal to that of the circuit breaker.

5.7.8 The fault make earth switch or circuit breaker / earth switch combination shall have suitable robust mechanical interlocking to prevent incorrect operation.

5.7.9 Padlocking facilities shall be provided to lock the fault make earth switch

or circuit breaker / earth switch combination in either the open or closed position. Earthing mechanism power drives shall be disabled when the earthing mechanism is locked.

Page 30: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 30 of 232

5.7.10 The method of providing indication of the earth switch contact positions shall be stated. Local indication should be mechanically driven as directly as possible from the moving contact drive rod of the earthing switch operating mechanism. Indication driven from a single pole of the earthing switch shall not be acceptable.

5.7.11 The earthing switch position indication shall be mounted in a position where it is clearly visible from the front of the panel and shall be clearly labelled.

5.7.12 Auxiliary switches, linked as directly as possible from the contact drive, shall be provided for remote indication.

5.7.13 Earthing mechanism motors (where provided) shall be fitted with timers to

prevent excessive running times. An alarm shall be provided to indicate time-out.

5.8 Phasing-out Facilities

5.8.1 Permanent facilities shall be provided on each feeder panel to indicate the

presence or absence of operating voltage and to enable the cable connected to any one feeder panel to be electrically phased out with any other.

5.8.2 Phasing-out facilities shall be capacitive-divider based.

5.8.3 The phasing-out facilities shall comply with SANS 61243-5 and BS 3941, shall have been type tested and shall have proven in-service performance history in harsh coastal environments. All capacitive dividers shall be individually tested for partial discharge in accordance with the requirements of SANS 60270.

5.8.4 The facilities shall include an integral SANS 61243-5 compliant Voltage Detecting System indication unit installed on the control / relay compartment which shall provide permanent VDS indication facilities.

5.8.5 The facilities shall further make provision for the comparison of voltage state and phase balance between separate switch-panels on a switchboard through testing with a Universal Phase Comparator in accordance with SANS 61243-5.

5.9 Interlocks

5.9.1 Philosophy

5.9.1.1 Interlocks in accordance with SANS 1885, SANS 62271-200 and SANS

Page 31: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 31 of 232

62271-201 shall be provided on all switch panels, circuit breakers and earthing devices together with any further interlocks the Engineer may deem necessary. The system employed shall satisfy two distinct categories:

5.9.1.2 Operational interlocking Interlocking associated with normal system operation and switching and

intended to ensure that a predetermined switching sequence is satisfied. Such interlocking shall be achieved by mechanical and electrical means in a manner that permits the equipment to perform any safe operation.

5.9.1.3 Maintenance interlocking Interlocking associated with a series of switching operations to render the

equipment or sections of the substation safe for access and maintenance by personnel. The interlocking facilities recommended in SANS 62271-200 and SANS 62271-201 shall be provided. Padlocking to the requirements of this Specification shall be provided for operational and maintenance security.

5.9.2 Principles

5.9.2.1 The following principles shall apply: 5.9.2.2 Disconnectors are capable of switching the capacitive currents of

associated connections. 5.9.2.3 Disconnectors have no load making or breaking capacity. 5.9.2.4 Disconnectors are not capable of making or breaking transformer

magnetising current.

5.9.2.5 Disconnectors are capable of the duty imposed when operated under parallel switching conditions.

5.9.2.6 It shall not be possible to close or open any earth switches unless: - the point of application is disconnected from all possible sources of

supply, and; - the power operating devices of such disconnectors are selected to

the local control position.

5.9.2.7 It shall be not be possible to operate any disconnectors if an associated earth switch is already closed.

5.9.2.8 It shall not be possible to operate any disconnector if the gas pressure in an associated compartment is below a safe level.

Page 32: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 32 of 232

5.9.2.9 Disconnectors and earth switches concerned with supplies from a remote point cannot be fully interlocked and shall carry a warning notice to this effect. Similar notices shall be applied to earth switches.

5.9.2.10 Positive mechanical interlocking on three-position disconnectors shall be provided to prevent inadvertent switching from the ON position to the EARTH position without a definite stop in the OFF position, or from the EARTH position to the ON position without a definite stop in the OFF position.

5.9.2.11 All electrical interlocks shall so function as to interrupt the power supply to the operating mechanism and shall also interlock the emergency hand operating mechanism of apparatus which is normally power operated.

5.9.2.12 The interlocking must allow the devices in a bay to be selected in an appropriate configuration to allow cable testing via the cable test facilities as well as primary injection tests for the protection. Use of the interlock override facilities to achieve this is not acceptable.

5.9.3 The interlock override facilities shall override ALL interlocks.

5.9.4 Busbar Earth Interlocking

5.9.4.1 Switch panels shall have a busbar earthing interlock scheme in accordance with SANS 1885, SANS 62271-200 and SANS 62271-201 to ensure that the busbar earthing panel earthing switch and the bus-section and/or busbar riser panel earthing switch cannot be closed unless all circuit breakers on that zone of the switchboard (including the associated bus-section circuit breaker) are fully racked out (ie. in the test position) for AIS switchgear, or isolated for GIS switchgear. Compliance with the interlock requirements shall release a captive Castell key from its “service” location and this Castell key shall be necessary to operate the busbar earth switch.

5.9.4.2 The Castell key interlock shall further ensure that circuit breakers on that zone of the switchboard and the bus-section circuit breaker cannot be racked into the service position (AIS switchgear) or the busbar disconnector closed (GIS switchgear) unless the busbar earth switch is open and the Castell key released from its “earth” location and returned to its “service” location.

5.9.4.3 The Castell key shall be captive in the “earth” location for as long as the earth switch is closed, and shall be captive in the “service” location for as

Page 33: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 33 of 232

long as any switch panel circuit breaker on that zone of the switchboard or the bus-section panel circuit breaker is in the closed or racked-in/service position.

5.10 Padlocking

5.10.1 Locking facilities suitable for a 35 mm padlock with a 5 mm diameter

shackle shall be provided on each switch panel for locking the following:

5.10.1.1 the busbar and circuit safety shutter devices, independently, in the closed position.

5.10.1.2 each circuit breaker local manual operating handle in the "neutral" position and each circuit breaker mechanism in the "open" position.

5.10.1.3 eachLocal / Remote selector switch in either position.

5.10.1.4 each isolating device operating mechanism and handle in the "open" or "closed" positions.

5.10.1.5 each earthing device operating mechanism and handle in the "open" or "closed" positions.

5.10.1.6 the trip test button cover in the closed position.

5.10.1.7 thecover of the Cannon plug socket used for remote switching with a hand held device in the

closed position.

5.10.1.8 all access doors, equipment cover, guard, or screen in the "closed" position and protection/control panel doors in the "closed" position.

5.10.1.9 for any other purposes that the Engineer may deem necessary.

5.10.2 The locking facilities shall be to approval.

5.10.3 The locking facilities shall be designed so that, when a motor-driven device is locked in the specified position, both the mechanical drive mechanism and the electrical supply to the motor shall be disabled.

5.10.4 Padlocks will be provided by others. 5.11 Anti-Condensation

5.11.1 The switchgear shall be ventilated to prevent condensation of atmospheric

Page 34: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 34 of 232

moisture but shall meet the IP rating required. Non-perishable vermin shields shall be fitted to all ventilation openings and all components.

5.11.2 The switch panels shall be fitted with suitably rated 230 V ac panel heaters as required to prevent condensation.

5.12 Bushings and Support Insulators

5.12.1 All bushings shall be partial discharge tested in accordance with

SANS 60270, and the partial discharge level of each bushing shall not exceed 5 pC.

5.12.2 The surface of bushings and support insulators shall be smooth all over

and free from blemishes and patches or fillings. 5.12.3 Under no circumstances shall dough moulded compound be accepted for

cable termination bushings, circuit breaker bushings, switch panel primary isolating contact orifices or any other MV circuit bushings.

5.12.4 Dough moulded compound will only be accepted for use for support insulators and other components subject to the submission by the tenderer of type test certification detailing full compliance with accepted international standards for DMC insulators for MV use, and subject to the submission of full details of an acceptable factory quality assurance programme to SANS 9001 for these products.

5.13 Cable Test and Isolating Facilities

5.13.1 For AIS switchgear cable testing shall be achieved without the need to

access the cable termination compartment, either by the provision of integral test facilities or through the use of a removable Primary Test Truck.

5.13.2 For GIS switchgear cable test facilities shall be provided to allow the cable test equipment to be connected and high voltage tests to be conducted on the MV cable without the need to access the cable termination compartment, disturb any MV cable termination or access any of the gas enclosures and from a position that does not invalidate the IAC classification of the switchgear .If cable test probes are required in order to achieve this such test probes shall be mounted within the switchboard accessories cubicle to be installed within each substation and the cost thereof shall be included where indicated in the pricing schedule.

5.13.3 The test facilities shall be fully interlocked in an approved manner.

5.13.4 The insulation level of all equipment from the cable termination up to and including the cable circuit earth switch and disconnector (open) shall be capable of withstanding without failure or reduction of general insulation levels, the power cable routine test voltage applied for 15 minutes between the conductor and earth. The test voltage shall be as detailed in

Page 35: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 35 of 232

SANS 97 for PILC cable.

5.13.5 Where provided, integral test facilities shall be in accordance with the requirements of SANS 1885.

5.13.6 Where cable test facilities are not accessible from the front of the switchgear an integral SANS 61243-5 compliant VDS indication unit shall be provided which shall provide VDS indication facilities that are clearly visible at the point of cable testing. Such VDS facilities may be common with the phasing out facilities required in terms of this specification.

5.14 Current Transformer Primary Injection

5.14.1 Facilities shall be provided which allow primary injection testing of the

current transformers via the cable to the far end substation for the purpose of protection testing without any of the metal-clad gas enclosures or any MV metal clad air-insulated enclosures being opened up.

6 CIRCUIT BREAKERS 6.1 General

6.1.1 Circuit breakers shall comply with the requirements of SANS 62271-100

and SANS 1885. 6.1.2 Withdrawable circuit breakers for AIS switchgear shall be encapsulated

and fully insulated to full service voltage, and shall not have exposed un-insulated live conductors or components other than the primary isolating contacts.

6.1.3 The complete circuit breaker including the activating mechanisms shall have a mechanical endurance Class M2 and an electrical endurance Class E2 in accordance with SANS 62271-100, and shall not require maintenance inspections more frequently than 4 yearly intervals under normal operating conditions.

6.2 Interrupters

6.2.1 The interrupting medium of the circuit breaker shall be vacuum. 6.2.2 The circuit breakers shall be supplied complete with the interrupting

medium ready for service and sealed. 6.2.3 Interrupters shall be of Class C2, with a very low probability of restrike

during capacitive current breaking. Arc extinction shall be soft and current chopping under the maximum capacitive switching rating shall be limited

Page 36: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 36 of 232

to a maximum of 5 A. Certification of the current chopping characteristics of the circuit breakers shall be included with the tender.

6.2.4 Only interrupters from reputable manufacturers with a proven service

history shall be accepted. 6.2.5 Interrupters shall be type tested and the type test certificates for the

complete panel shall be for the specific interrupter offered. 6.2.6 Vacuum interrupters shall be rated for a minimum normal service life of

20 000 maintenance free operations at full service rating. 6.2.7 The rated transient recovery voltage (TRV) of vacuum interrupters at rated

short circuit breaking current shall comply with the requirements of SANS 62271-100, and shall not reduce below the requirements of SANS 62271-100 during the rated normal service life of the interrupter for operations at rated load

6.2.8 Vacuum interrupters shall be capable of fulfilling the number of operating sequences at rated short circuit breaking current specified in SANS 62271-100, and this shall be without reduction of the rated TRV below the requirements of SANS 62271-100.

6.3 Circuit Breaker Operating Mechanism

6.3.1 Each circuit breaker shall be provided with a spring operated mechanism

for performing the opening and closing operations.

6.3.2 The circuit breaker operating mechanism shall be an integral part of the circuit breaker itself.

6.3.3 The circuit breaker mechanisms for GIS switchgear shall be accessible from the low voltage compartment, and it shall be possible to replace the mechanism without requiring any gas compartment to be opened.

6.3.4 Circuit breakers shall open with normal speed and with full travel under all

operating conditions including the conditions of failure to latch or a trip impulse being given during the closing stroke.

6.3.5 For maintenance purposes, means shall be provided for manual

operation.

6.3.6 Non-resettable operation counters, to record the number of closing strokes, shall be provided for each circuit breaker mechanism. A local mechanical indicator shall be provided on each operating mechanism to show whether the circuit breaker is in the open or closed position. This should be driven as directly as possible from that portion of the moving contact drive rod located at earth potential and shall be mounted in a

Page 37: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 37 of 232

position where it is clearly visible to a person standing in front of the switchgear. Auxiliary switches, linked as directly as possible from the contact drive shall be provided for remote indication.

6.3.7 The method of providing external indication of contact positions shall be

stated. External indication from one pole only is not acceptable. 6.3.8 All circuit breakers shall be provided with means to prevent contact

pumping while the closing circuit remains energised should the circuit breaker either fail to latch, or be tripped during closing due to the operation of the protective relays. Any relays to accomplish this shall be continuously rated and shall be mounted in the circuit breaker mechanism box. This arrangement shall not involve paralleling of the trip and close circuits.

6.3.9 The energy available in an operating mechanism shall be sufficient to provide for the operating duty cycle specified.

6.3.10 The various parts shall be of substantial construction, carefully fitted so as

to ensure free action and the design shall be such as to reduce mechanical shock during operation to a minimum, and to prevent inadvertent operation due to vibration or other cause.

6.3.11 The power supply for controlling circuit breaker operation shall be as

stated in the Schedules. The electrical devices shall operate satisfactorily between the voltage limits specified by IEC with the coils at a temperature of 40°C.

6.3.12 Circuit breaker mechanisms and all parts requiring lubrication shall be

housed in vermin and dust free enclosures. 6.3.13 Circuit breaker closing shall be actuated by an electrical release, and a

manual release shall also be provided on the circuit breaker mechanism. 6.3.14 Each circuit breaker shall be provided with trip and close relays for remote

operation and a spring uncharged/charge fail indication to approval. 6.3.15 The mechanical operation shall be by means of padlockable trip and close

facilities in accordance with SANS 1885 and shall be operated from the front of the panel.

6.3.16 The circuit breakers shall be fitted with lockout facilities which shall be

padlockable in all positions. 6.3.17 The spring mechanism charging shall be motorised and spring charging

shall be possible with the door of the circuit breaker compartment closed. It shall, nonetheless, be possible to charge the mechanism manually and each mechanism shall be supplied with an integral manual charging lever or a separate (removable) manual charging lever which shall be supplied

Page 38: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 38 of 232

per substation and mountedwithin the switchboard accessories cubicle to be installed within each substation.

6.3.18 Motorised spring mechanism charging shall be actuated from the 230 V ac station supply. The control circuit for the motor shall be such that in the event of a failure to charge the spring, the supply to the motor shall be interrupted after a fixed time delay and an alarm contact shall be activated. The control circuit shall be to approval.

6.3.19 Spring closing mechanisms shall be provided with a circuit breaker auxiliary contact interlock to permit automatic rewinding of the closing springs only when the circuit breaker is closed. A pushbutton or spring return to 'off' switch shall be provided in parallel with this interlock contact to allow local rewinding of the springs when the circuit breaker is open. Facilities shall also be provided for remote initiation of the spring rewinding when the circuit breaker is open. The spring rewind interlock and pushbutton or switch contacts shall be capable of interrupting the maximum current drawn by the spring rewind motors or motor contactors.

6.3.20 The motor rewind circuits shall be to the Engineer's approval. 6.3.21 The spare normally open spring drive limit switch shall operate

coincidentally with the contactor coil and motor limit switches. 6.3.22 Circuit breaker closure whilst a spring charging operation is in progress

shall be prevented, and release of the springs shall not be possible until they are fully charged.

6.3.23 The state of charge of the operating springs shall be indicated by a

mechanical device which shows 'SPRING CHARGE' when operation is permissible and 'SPRING FREE' when operation is not possible. A local manual spring release device shall be provided and arranged to prevent inadvertent operations. Provision should be made for remote indication of 'spring charged' and 'spring charge fail' conditions.

6.3.24 The spring release coil shall be suitable for operation at any voltage

between 80% and 115% of the nominal supply voltage specified.

6.4 Circuit Breaker Trucks and Trolleys

6.4.1 Withdrawable circuit breakers for AIS switchgear shall be mounted on an

integral truck capable of carrying and racking the circuit breaker into service, isolated and test positions. The positions shall be clearly identified to approval.

6.4.2 Circuit breaker trolleys shall be provided for the removal of the circuit breaker from the switch-panel circuit breaker compartment for the purpose of maintenance or replacement.

Page 39: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 39 of 232

6.5 Auxiliary Switches and Contactors

6.5.1 In addition to the auxiliary contacts fitted to suit the circuit served, sufficient

contacts shall be provided on each circuit breaker, disconnector and / or earthing switch together with associated wiring and isolating contacts to fully integrate the indication, protection, control, interlocking and supervisory facilities specified. Auxiliary contacts shall also be provided for AIS switchgear to indicate whether the circuit breaker is in the racked in or racked out position.

6.5.2 All auxiliary switches shall be wired up to a suitable terminal board on the

control / relay compartment of the switchgear whether they are in use or not in the first instance, and shall be arranged in the same sequence on all equipment.

6.5.3 A minimum of 2 spare normally open and 2 spare normally closed auxiliary contacts or 20% spare, whichever is the greatest, shall be provided on each circuit breaker together with the associated wiring and isolating contacts.

6.5.4 Switches shall be provided to interrupt the supply of current to the tripping

mechanism of the circuit breakers directly after the operation of the latter has been completed.

6.5.5 All such switches and mechanisms shall be mounted in approved

accessible positions clear of the operating mechanism, and shall be adequately protected.

6.5.6 The contacts of all auxiliary switches shall be strong, shall have a positive

wiping action when closing and be capable of adjustment in relation to the movement of the circuit breaker or other item of equipment.

6.5.7 Unless otherwise approved contactors shall comply with the provisions of

SANS 60947 and this Specification where applicable. 6.6 Trip and Release Coils

6.6.1 Each circuit breaker shall be fitted with a trip and release coil as detailed

in the Schedules.

6.6.2 The auxiliary voltage for circuit breakers shall be 30 V dc or 110 V dc, as detailed in the Schedules.

6.6.3 The coils shall be suitable for operation at any voltage between 80% and

115% of the nominal supply voltage specified.

6.7 Secondary Jumper Connection

6.7.1 For AIS switchgear the auxiliary connections to the circuit breaker shall be

made via “plug and socket” secondary jumper connections. The

Page 40: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 40 of 232

secondary jumper connections shall permit testing of the circuit breakers in the "isolated" position.

7 SULPHUR HEXAFLUORIDE GAS (SF6) 7.1 The SF6 gas shall comply with the requirements of IEC 60376. Only new gas shall be

used.

7.2 All the SF6 gas necessary for filling and putting the complete switchgear installation into

commercial operation shall be supplied. This shall also include any gas that may be required to replace gas lost as a result of failure or any maintenance work that occurs during the guarantee period.

7.3 Details of the purity of SF6 gas required for safe operation of the SF6 switchgear shall be

given in the Schedules. The details should include the proportional quantities of other gases and/or vapours that can be tolerated in the SF6 gas.

7.4 Details of the filling and evacuating plant that will be required as well as the description

of the filling and evacuating procedures shall be provided.

7.5 The high pressure cylinders in which the SF6 gas is shipped to and stored on Site shall

comply with the requirements of the Occupational Health and Safety Act No. 85 of 1993 and IEC 60376.

7.6 A portable pressure gauge shall be supplied.

7.7 An SF6 gas register shall be included with the supply of each panel.

7.8 Details of SF6 gas handling, monitoring and reclamation procedures as well as details of

environmental procedures, standards and protocols are to be included with the tender.

7.9 The tender shall include guarantees for SF6 gas reclamation once the equipment has

reached the end of its serviceable life. Details of the SF6 gas reclamation facilities and guarantees shall be included with the tender.

7.10 The cost of supplying additional gas in the standard transport and storage cylinders which

the Council may wish to purchase over and above that required for initial filling, putting into service, and during the guarantee period shall be given in the list of spares called for in the Schedules.

7.11 Details shall be submitted of the precise procedure to be adopted by maintenance

personnel for handling equipment which has been exposed to the products of arcing in SF6 gas and to ensure that they are not affected by possible irritants of the skin and respiratory system. Recommendations shall be submitted for suitable protective clothing, methods of disposal of circuit breaker cleaning utensils and other relevant matters.

7.12 The high pressure cylinders in which the SF6 gas is shipped to and stored on Site shall

comply with the requirements of the Occupational Health and Safety Act No. 85 of 1993.

8 REQUIREMENTS SPECIFIC TO GIS SWITCHGEAR 8.1 General

Page 41: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 41 of 232

8.1.1 Each GIS switch panel shall be a self-contained factory assembled unit of

fixed pattern design which shall include compartment/s containing gas insulated or fully screened solid insulated busbars, gas insulated compartment/s for busbar disconnectors, circuit breaker, test plugs and earthing switches, an air insulated cable compartment containing cable termination bushings and facilities and instrument transformers and a control / relay compartment with instruments, relays and the circuit breaker operating mechanism.

8.1.2 The SF6 gas insulated compartments shall be sealed pressure systems in accordance with SANS 62271-1, factory filled and sealed and requiring no further gas handling during installation or during the expected life of the switchgear. Overpressure relief plates / discs shall be provided. A gas pressure monitoring device shall be fitted. Provision shall be made for access into the compartment under exceptional circumstances for repair / replacement of components. The gas insulated compartments shall be individually screened and earthed.

8.1.3 Current transformers shall be external to the SF6 enclosure and shall be fitted around the Type C cable terminations interphase bushings.

8.1.4 Busbars may be of the external solid insulation type enclosed in an air insulated enclosure.

8.2 Enclosures

8.2.1 Enclosures shall be designed for bolting together and shall be connected

together to ensure electrical conductivity. 8.2.2 The enclosures for main conductors shall be of metal, permanently

earthed and capable of withstanding normal and transient pressures to which they are subjected in service.

8.2.3 Overpressure created by arcing in an enclosure shall be relieved by

means of bursting overpressure relief discs venting out of the enclosure. Pressure relief by collapse of internal gas barriers is not acceptable. Each unit shall be designed to ensure that the enclosure does not rupture in the event of an internal arcing fault. The Contractor shall submit proposals in this respect for the agreement of the Engineer.

8.2.4 Facilities shall be provided for locating the position of an internal fault within any of the individual compartments of the switchgear units.

8.2.5 The arrangement of the pressure relief discs shall be such that any

expulsion of disc debris or gas will be directed into the arc duct plenum in

Page 42: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 42 of 232

a manner that will not endanger any personnel present.

8.2.6 The overpressure relief discs for gas compartments shall be so positioned that access is afforded to components within the gas compartment for the purpose of replacement of failed parts.

8.2.7 The type of materials and thickness of the enclosures shall be such as to

ensure that the enclosure is not materially weakened or punctured by a fault arc current corresponding to the maximum fault levels given in the Schedules. The duration of a fault arc will be determined by the speed of the main protection equipment.

8.2.8 The laws relating to pressure vessels in force in South Africa shall also apply.

8.2.9 The Contractor shall take into account the climatic conditions prevailing in

the Cape Town Area of Supply. 8.2.10 Precautions shall be taken in the design of individual enclosed units to

reduce to a minimum the possibility of internal faults. 8.3 Finish of Interior Surfaces and Cleaning

8.3.1 The finish of interior surfaces of the metalclad enclosures shall facilitate

cleaning and inspection. Any paints or other coatings that may be used shall be such that they will not deteriorate when exposed to the SF6 gas and other vapours, arc products, etc, that may be present in enclosures. They shall also not contain any substances which could contaminate the enclosed SF6 gas or affect its insulating properties over a period of time.

8.3.2 The finish of the interior surfaces shall be given in the Schedules. The

equipment shall be manufactured and assembled at the Manufacturer's works under conditions of the utmost cleanliness and before works testing and packing for shipping, interior surfaces, insulators, barriers, etc, shall be thoroughly cleaned.

8.4 Support Insulators and Section Barriers

8.4.1 The support insulators and section barriers/insulators shall be

manufactured from the highest quality material. They shall be free from all voids and the design shall be such as to reduce the electrical stresses in the insulators to a minimum. They shall also be of sufficient strength to ensure that the conductor spacing and clearances are maintained when short circuit faults occur.

8.4.2 The electrical and mechanical properties of the support insulators and gas

section barriers shall be given in the Schedules.

Page 43: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 43 of 232

8.5 Gas Sectionalisation

8.5.1 Gas compartment barriers including seals to the conductor and enclosure

wall shall be gas-tight and shall be capable of withstanding the maximum pressure differential that could occur across the barrier, i.e. with a vacuum drawn on the one side of the barrier and, on the other side, the maximum gas pressure that can exist under normal operating and maintenance conditions or the maximum gas over-pressure, at least equal to the operating pressure of the relief devices, that could be attained with a persistent internal fault arc.

8.5.2 The three phases of each busbar shall be provided in either a single gas

enclosure or shall be in an air enclosure and be insulated by means of approved solid insulation. Gas enclosures for busbars, where applicable, shall be sealed pressure systems per switch panel. Solid insulated busbars shall be enclosed in a metal compartment.

8.5.3 The mass of gas in all the individual compartments at rated nominal

density shall be provided after the contract is awarded. The total mass of gas in the complete installation and the mass of gas in the largest and smallest gas sections shall be given in the Schedules.

8.5.4 The gas compartment(s) shall be fitted with permanent valves through which the gas is pumped into or evacuated from the compartments. If the gas density sensor is mounted in a position different from the filling valve the valve shall be provided with a sealing cap to prevent gas leaks through the valve. The cap shall be attached to the valve by means of a chain. The valve shall be provided with facilities for locking in the closed position with a padlock.

8.6 Gas Seals

8.6.1 All gas seals shall be designed to ensure that leakage rates are kept to an

absolute minimum under all normal pressure, temperature, electrical load and fault conditions. The material of sealing elements shall be such that the seals will not deteriorate during the lifetime of the switchgear equipment when exposed to the gas and vapours, temperature variations and mechanical forces than can normally be expected to be present.

8.6.2 The maximum gas leakage rate under working conditions shall not exceed

0,1% per annum. The material and method of sealing to be used and the maximum gas leakage rate shall be stated in the Schedules. Sealing methods relying on the application of rubberized type sealing compounds such as Loctite etc are not acceptable.

8.6.3 The sealing surfaces shall be machined and shall not be painted. 8.7 SF6 Gas Monitoring, Alarm and Protection Circuits

8.7.1 SF6 gas density/pressure monitoring gauges shall be provided for each

Page 44: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 44 of 232

gas compartment. The placement of the gauges shall be to approval and shall be readable from ground level. The gauge faces shall have density markings at intervals to be approved by the Engineer. The gauges shall be connected to the gas compartment by copper piping. The connection shall be at interfaces designed into the structure of the compartment. Drilling and tapping holes after the manufacture of the compartments is not acceptable.

8.7.2 Alarm annunciation shall be by means of programmable LEDs on the over

current /earth fault relay. The control and protection equipment associated with the gas density/pressure monitoring devices shall be provided. Any relays which may be required for the alarm or indication circuits and protection and control from the gas monitoring shall be located in the local control panel.

8.7.3 Where gas insulated busbars are offered the alarm facilities and circuits

associated with the gas monitoring devices from all sections enclosing any part of the main busbars shall also be grouped together separately for each busbar (electrical) section. These facilities shall be located on the bus section local control panel.

8.7.4 Two potential free electrical contacts shall be provided with each and

every alarm, and grouped together and wired to the cable termination blocks in the local control panels/marshalling kiosks to give remote alarm indications.

8.7.5 When the section with low gas pressure falls within the main busbars, the

control and protection circuits shall be arranged to trip all circuits connected to the busbar in which the faulty section is located.

8.7.6 A lock-out device associated with the gas density/pressure monitoring

devices shall be provided and shall be temperature compensated.

8.7.7 Staged alarm systems shall be provided as recommended by the Manufacturer.

8.8 Gas Handling Equipment

8.8.1 Pipes, couplings, valves, fittings and adaptors necessary for emergency topping up of SF6 gas shall be priced, together with a spare gas density gauge.

8.8.2 Such gas handling equipment shall be housed in the switchgear accessories cubicle to be supplied and installed by the Contractor.

8.9 GIS Switch-Panel Configurations

8.9.1 GIS Distribution Feeder panels, Feeder Metering panels and Busbar Earthing panels

Page 45: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 45 of 232

shall be separate, single bay panels, as specified.

8.9.2 Bus-Section panels and Busbar Riser panels may be separate, single bay panels or may be combined as a dual panel where provided for by the specific switchgear design. Connections between the Bus-Section and Busbar Risers panels shall be via busbars. Cable connections shall not be acceptable.

8.9.3 Combined GIS Bus Section & Busbar Riser panels shall comply with the Detailed Particulars of both the Bus Section panel (C3.2: Detailed Particulars of Items of Equipment: Section 21) and the Busbar Riser panel (C3.2: Detailed Particulars of Items of Equipment: Section 22).

8.9.4 Combined GIS Bus Section & Busbar Riser panels shall have the busbars of the LHS and RHS of the combined panel housed in separate segregated metal enclosed compartments.

8.9.5 Tenderers shall clearly indicate in the Pricing Schedule where dual Bus Section / Busbar Riser panels are offered in place of separate panels.

8.9.6 Where provided for by the specific switchgear design dual Feeder Panels may be offered as optional items in addition to, but not in place of, the configurations detailed above. Such optional dual Feeder Panels shall be included in the Prices and Quantities for Optional Work.

8.10 Busbars and Busbar Connections

8.10.1 General

8.10.1.1 The busbars for GIS switchgear shall be gas insulated or fully screened solid insulated busbarsextensible at both sides of each switch-panel.

8.10.1.2 Busbar connections between switch-panels shall be achieved through the use of in-line busbar couplings or through the use of external busbars.

8.10.1.3 Busbar connections, whether by in-line busbar couplings or external busbars, shall be fully sealed to preclude ingress of moisture and shall be maintenance free for the service life of the switchgear.

8.10.1.4 Full design and installation details for the busbar connections shall be provided with the tender documentation.

8.10.2 In-Line Busbars 8.10.2.1 GIS switchgear designs using In-line busbars shall provide inner-cone busbar bushings

for extension of busbars on either side of each switch-panel.

8.10.2.2 Busbar connections between switch-panels shall be achieved utilising busbar coupling

Page 46: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 46 of 232

inserts.

8.10.2.3 The design provisions for the switch-panel assembly shall ensure that the variations in distance and alignment between adjacent panels are constrained by means of bolted mechanical spacers to within the busbar coupling design tolerances. The busbar couplings shall be suitable for user installation.

8.10.2.4 Busbar blanking plugs and metal blanking cover plates shall be provided for sealing the inner-cone busbar bushings on both ends of the switchboard.

8.10.2.5 Busbar couplings and busbar blanking plugs shall be fully insulated, screened and stress controlled.

8.10.2.6 Busbar couplings and busbar blanking plugs shall be designed and tested to provide a

tight dielectric seal and to fully preclude the possibility of air voids and partial discharges once assembled.

8.10.3 External Busbars 8.10.3.1 External busbars shall be fully insulated, screened and stress controlled. 8.10.3.2 Bushings on switchgear for connection to external busbars shall be Type C bushings

complying fully with the requirements of this specification for GIS switchgear MV cable bushings.

8.10.3.3 External busbars should include end adapters for busbar connections on the panels at either end of a switchboard and on Bus-Section and Busbar Riser panels, and cross adapters for busbar connections on the switch-panels within the length of a switchboard or switchboard section.

8.10.3.4 External busbars shall provide for dead end caps for sealing the busbars at the switchboard end. Such dead end caps shall be firmly and securely fitted in place, shall be fully insulated, screened and stress controlled and shall be designed and tested to provide a tight dielectric seal and to fully preclude the possibility of air voids and partial discharges once assembled.

8.10.3.5 The switchgear shall be provided with protective covers to shroud the external busbars on all sides and such protective covers shall be supplied as loose parts forming part of each switch panel and packaged with the switch-panel, and shall be assembled by the Contractor during switch-panel installation.

8.10.3.6 The design provisions for the switch-panel assembly shall ensure that the variations in distance and alignment between adjacent panels are constrained by means of bolted mechanical spacers to within the external busbar design tolerances. The external busbars shall be suitable for user installation.

8.11 Disconnectors

8.11.1 Disconnectors shall be three-position disconnectors / earth switches

complying with the requirements of SANS 62271-102.

Page 47: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 47 of 232

8.11.2 Emergency hand operation shall be provided on power operated

disconnectors and the power drive shall be mechanically disconnected during hand operation.

8.11.3 Disconnectors shall be designed so that no dangerous leakage currents

can flow from the terminals at one side of the open disconnector to terminals at the other side.

8.11.4 It shall not be possible for disconnectors to open inadvertently due to

forces which may occur in service including those due to short circuit and their contacts shall not be damaged or burned by the passage of fault current. Disconnectors shall be self-latching in either the open or closed positions.

8.12 Earthing Devices

Earthing devices shall be provided as specified. 8.13 Cable Termination Compartment

8.13.1 The cable termination compartments shall be air-filled compartments complying with

SANS 876. 8.13.2 The cable termination compartments for the main cables for all panels shall be suitable

for termination of three core impregnated paper insulated 11 kV cables of up to 300 mm2 with air-insulated dry type cable terminations and unscreened separable connectors complying with SANS 1332 (95 kV BIL). All 11 kV cables will be provided, installed and terminated by others. The number of cables per phase shall be as specified in the schedules.

8.13.3 Cable terminations will be SANS 876 Type 3 unscreened separable connector terminations for Type C outer cone bushings.

8.13.4 Cable termination compartments that do not comply with the requirements for Type 3 unscreened separable connector terminations, but instead require SANS 876 Type 4 screened separable connector terminations will be subject to the Engineer’s approval.

8.13.5 All type test certification for the switchgear shall be applicable to switch panels fitted with this cable termination compartment. All breathing vents shall be suitably vermin proofed.

8.13.6 The cable termination compartment shall comprise a separate metal-clad

chamber and shall be suitable for terminating the number of cables specified in the Schedules. All necessary earth bars and associated nuts, bolts and washers shall be included.

8.13.7 The cable termination compartment shall be designed forcable entry from a cable trench of nominal depth 1 000 mm but of minimum depth 900 mm in existing substations. The cable termination compartment shall overhang the cable trench at the front or rear of the switchgear, as provided for in the design of the specific switchgear, and shall not span the full width of the trench.

Page 48: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 48 of 232

8.13.8 The cable termination compartment shall be fitted with 630A Type C bushings in accordance with EN 50181 and complying with the requirements of SANS 876 for the purpose of terminating the incoming main cables.

8.13.9 The minimum height of cable termination compartments fitted with Type C bushings or single connection busbars shall be 650 mm, in accordance with SANS 876.

8.13.10 The cable termination compartment shall be provided with a gland plate bolted to the panel frame and universal tapered brass gland and island layer gland insulators suitable for termination of PILCDSTA cable as specified. The glands shall be supplied with tapped inserts for the installation of earthing bars. Unistrut and K clamps to secure the cables shall not be acceptable.

8.13.11 The current transformer shall be installed around the Type C cable termination bushing. Ring current transformers around the cables are not acceptable.

8.13.12 Drawings of the cable termination compartments shall be submitted for approval before manufacture commences.

9 REQUIREMENTS SPECIFIC TO AIS SWITCHGEAR

9.1 General

9.1.1 Each AIS switch panel shall be a self-contained factory assembled unit

consisting of a fixed portion which shall include busbars, instrument transformers, earthing switches (if separate), cable termination compartment, supporting framework, instruments and relays, and a withdrawable portion comprising the circuit breaker with its operating mechanism and supporting truck.

9.1.2 The fixed portion of the panel shall be complete including all frameworks, locking-off doors, multi-core cable glands, wiring trunking and wiring, erection materials and all necessary fittings

9.1.3 The connections between the two portions shall be by means of plug and

socket primary isolating contacts so that the circuit breaker can be withdrawn from the fixed portion.

9.1.4 The switch panel shall have four separate metal enclosed compartments

for circuit breakers, busbars, current transformers and cable terminations, and a separate control / relay compartment, each individually screened by means of enclosing with sheet metal.

Page 49: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 49 of 232

9.1.5 The circuit breaker compartment shall be designed and IAC tested for racking behind closed doors. The door locking mechanism shall be designed and tested to operate reliably and maintain the door’s internal arc rating for the service life of the switchgear, without the need for routine maintenance.

9.1.6 The busbars, components and circuit connections shall be air-insulated but shall in addition be completely covered with solid insulation capable of withstanding the full service voltage. Taped busbars mounted on horizontal stand-off insulators shall not be acceptable.

9.1.7 Where the switchgear and components cannot be solidly insulated to full service voltage, the switchgear shall have the enhanced minimum degree of protection specified in Clause 5.4, and all support / standoff insulators and bushings shall have a minimum specific creepage distance of 25 mm/kV.

9.1.8 Notwithstanding the above, the circuit breaker and busbars shall be solidly insulated to full service voltage.

9.1.9 The current transformer compartment shall be designed to facilitate the easy removal and replacement of the CTs. The replacement of a CT shall not require adjacent chambers of the same panel to be disturbed.

9.2 Circuit Breaker Racking

9.2.1 The circuit breakers shall be racked in and out behind a closed circuit

breaker compartment door manually and/or electrically.

9.2.2 Where motorised racking is provided, the electrical actuation shall be supplied from the 230 V ac station supply. The control circuit for the motor shall be such that in the event of a failure to complete the racking cycle, the supply to the motor shall be interrupted after a fixed time delay and an alarm contact shall be activated. The control circuit shall be to approval.

9.3 Safety Shutter Devices

9.3.1 A set of automatically opening and closing metal shutters in accordance with SANS 62271-200 shall be provided to cover each three-phase group of fixed isolating contacts. It shall be possible to operate each set individually and to padlock each set in the closed position.

9.3.2 Shutters shall be positively driven in both the opening and closing directions and shall not rely on springs or gravity for their operation.

9.3.3 Unless otherwise approved by the Engineer shutters shall be driven from both sides (left and right hand sides) and shall not rely on mechanism drives from one side only.

Page 50: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 50 of 232

9.4 Cable Termination Compartment

9.4.1 The cable termination compartments for the main cables on all panels shall be suitable

for air-insulated terminations complying with the requirements of SANS 876.

9.4.2 The cable termination compartments for the main cables for

all panels shall be suitable for termination of three core impregnated

paper insulated 11 kV cables of up to 300 mm2 with air-insulated dry

type cable terminations complying with SANS 1332 (95 kV BIL). All 11 kV

cables will be provided, installed and terminated by others.

9.4.3 All type test certification for the switchgear shall be applicable to switch panels fitted with this cable termination compartment. All breathing vents shall be suitably vermin proofed.

9.4.4 The cable termination compartment shall comprise a separate metal-clad

chamber and shall be suitable for terminating the number of cables specified in the Schedules. All necessary flexible connections, earth bars, cable lugs and associated nuts, bolts and washers shall be included.

9.4.5 The cable termination compartment shall not contain current transformers, which shall be housed in a separate metal-enclosed current transformer compartment.

9.4.6 The cable termination compartment shall be designed for rear cable entry from a cable trench of depth 1 000 mm. The cable termination compartment shall overhang the cable trench at the rear of the switchgear, and shall not span the full width of the trench.

9.4.7 The cable termination compartment shall be fitted with either horizontal busbars or with cable bushings for the purpose of terminating the incoming main cables.

9.4.8 In the case of cable termination compartments fitted with busbars, the busbar shall be insulated using heatshrink material and only a portion shall be left uninsulated to allow for bolting-on of the lug.

9.4.9 In the case of cable termination compartments fitted with cable bushings, bushings shall be 630A Type C bushings in accordance with EN 50181 and complying with the requirements of SANS 876.

9.4.10 The minimum height of cable termination compartments fitted with Type C bushings or single connection busbars shall be 650mm, in accordance with SANS 876. Where cable termination compartments are fitted with busbars with provision for multiple connections a reduced height of 550mm is acceptable as cable phase crossings can be safely achieved using the depth of the cable compartment.

Page 51: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 51 of 232

9.4.11 The cable termination compartment shall be provided with a gland plate and universal tapered brass gland and island layer gland insulators suitable for termination of PILCDSTA cable as specified. The glands shall be supplied with tapped inserts for the installation of earthing bars. Unistrut and K clamps to secure the cables shall not be acceptable.

9.4.12 The cable termination compartment shall be separate from the current transformer compartment and shall be designed and positioned so that it does not in any way impede the removal or replacement of current transformers in the current transformer chamber. It shall not be necessary to break down cable terminations to carry out this work.

9.4.13 Drawings of the cable termination compartments, glands and lugs shall be submitted for approval before manufacture commences.

10 CURRENT TRANSFORMERS 10.1 The current transformers shall comply with SANS 61869-1, SANS 61869-2, this

specification and the values stated in the Schedules.

10.2 The current transformers shall have the accuracies and, where applicable, the instrument

security factors stipulated in the Schedules.

10.3 Current transformers shall be connected on the side of the circuit breaker remote from

the busbars.

10.4 The current transformers are required to work in conjunction with other equipment and must accordingly have characteristics suitable for accommodating the feeder protection or transformer protection as specified in the Schedules.

10.5 Each current transformer secondary winding circuit shall be earthed at only one point.

Wherever possible the connection to earth shall be on the side of the S2 (or S3 for multi-ratio CTs) terminals.

10.6 Where adequate earth screens are fitted between the primary and secondary windings

earthing of the secondary winding shall be via a link mounted in the related control/relay compartment. Where such earth screens are not fitted a separate earth system may be necessary.

10.7 Where multi-ratio transformer windings are specified, multi-ratio primary windings will

only be considered where the protection arrangement makes these suitable for all aspects of the installation.

10.8 The secondary windings of the protection current transformers and metering current

transformers shall be brought out to GE type PK-2 4-way test blocks with integral shorting facilities. Where specified the secondary windings of the current transformers for tariff metering shall be brought out to 20-way SecuControl type test blocks with integral shorting facilities.

Page 52: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 52 of 232

10.9 The current transformer connection terminals in the LV control / relay compartment shall be provided with test sockets suitable for 4mm test plugs, to beused with jumpers for the purpose of shorting of the CT secondary side during ratio selection.

10.10 The following information for each current transformer shall be submitted for approval:

10.10.1 Magnetisation curve 10.10.2 Exact turns ratio 10.10.3 Secondary winding resistance 10.10.4 Construction 10.11 Class PX Current Transformers

10.11.1 All Class PX transformers shall be subjected to the routine tests specified in Part C3.13

in addition to those tests called for in SANS 61869-2. These routine tests shall follow the inter-turn insulation tests specified.

10.11.2 Class PX transformers shall have the following additional marking:

a. Nominal turns ratio eg. 1/500 (test winding turns ratio, eg. 50/500

or

1/10),

b. rated knee-point voltage at maximum secondary turns,

c. maximum exciting current at rated knee-point emf,

d. rated primary current,

e. secondary winding resistance at 75°C.

11 VOLTAGE TRANSFORMERS 11.1 General

11.1.1 Voltage transformers shall comply with the requirements of SANS 61869-

1 and SANS 61869-3. 11.1.2 Voltage transformers shall be discharge free and of the resin

encapsulated type and shall be feeder-connected, ie. on the side of the circuit breaker remote from the busbars.

11.1.3 The voltage transformers for AIS switchgear shall be three phase

unearthed voltage transformers (UVTs) or shall be single phase VTs assembled and suitably connected on a common withdrawable carriage.

11.1.4 The voltage transformers for GIS switchgear may be separate single phase VTs.

11.1.5 The voltage transformers for AIS switchgear shall be mounted in a metal-

Page 53: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 53 of 232

clad chamber and shall be connected to the fixed portion of the switch panels by isolating contacts and shall be so arranged that they can readily be withdrawn from the fixed portion in a horizontal or vertical direction.

11.1.6 The voltage transformers for GIS switchgear shall be of the plug-in type, shall be fitted with a series isolating system and shall be mounted within the cable termination compartment.

11.1.7 The voltage transformers ratio, output (rated burden) and accuracy shall be as specified in the Schedules.

11.1.8 In the event that the voltage transformers offered have an rated burden

greater than that specified, they shall in addition to meeting the SANS 61869-3 requirements for their rating have an accuracy that also complies with the specified accuracy over the range of 25% to 100% of the specified rated burden.

11.1.9 Accuracy curves for all voltage transformers offered depicting the output

vs accuracy shall be provided.

11.1.10 The voltage transformers shall be equipped with approved fuses on both the high and the low voltage sides. Voltage transformers for GIS switchgear that are not provided with primary fuses shall be to the approval of the Engineer.

11.1.11 The secondary fuses shall be provided for each voltage transformer in the

relevant feeder control / relay cubicle located such that they are accessible while the primary is alive and shall be provided with labels indicating their function and their phase colour. The voltage transformer secondary circuits shall be complete in themselves and shall be neutral earthed at one point only in an approved manner. A separate earth link shall be provided for each secondary winding and shall be situated at the transformer.

11.1.12 Voltage transformers shall be guaranteed for a period of no less than

5 years. 11.1.13 Where specified the secondary windings of the voltage transformers for

protection/voltage control functions shall be brought out to GE type PK-2 4-way test blocks and for tariff metering functions shall be brought out to 20-way SecuControl type test blocks without integral shorting facilities.

11.1.14 Voltage transformers shall be routine partial discharge tested in

accordance with the requirements of SANS 61869-3. 11.1.15 Particular attention shall be given to ensuring that saturation or sustained

ferro-resonant oscillations do not occur during all foreseeable system conditions. To this end residual windings shall be provided on the voltage

Page 54: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 54 of 232

transformers and connected in an open delta with a suitable ferro-resonance damping device.

12 CONTROL / RELAY CUBICLE

12.1 General

12.1.1 Each switch panel shall be fitted with a low voltage control / relay

compartment.

12.1.2 All local control, protection, alarm and instrumentation facilities shall be located on the control / relay compartment of the switchgear except where specified.

12.1.3 Each control / relay compartment shall be fully wired and equipped with all necessary equipment including all local control, protection, instrumentation, indication, test, isolating and alarm facilities, as specified in the schedules.

12.1.4 Clear indication shall be given of 'on' and 'off' positions of the circuit breaker, all isolators and earthing switches in the particular bay in the form of a mimic diagram and / or indication lamps, as specified, on the control / relay compartment door.

12.1.5 Each device on each switch panel shall be controlled from a local OPEN/

NEUTRAL/CLOSE control switch or open and close pushbuttons.

12.1.6 Protective relays, PK-2 test blocks, 20-way SecuControl type test blocks, LOCAL / REMOTE selector switch, OPEN/ NEUTRAL/CLOSE operating handle, voltage detection system (VDS) indication and electrical phasing-out unit, instruments, trip test push button, remote pendant operation Cannon socket and indication lamps shall be flush mounted on the control / relay compartment door.

12.1.7 All circuits, equipment and control switches in the control / relay cubicle

shall be clearly labelled as to their purpose and function.

12.2 Control Facilities

12.2.1 The closing circuit, signalling circuits and each tripping circuit shall be

separately fused. 12.2.2 All control circuits shall be provided with suitable means of isolation. 12.2.3 Alarm and indication equipment as specified in the Schedules shall be

provided to indicate the operation of the main and back-up system

Page 55: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 55 of 232

protections, operation of the equipment alarms and all other alarms which are required for the satisfactory operation of the complete installation.

12.3 Local / Remote Selector

12.3.1 Each switch panel shall be provided with a Local / Remote Selector Switch

which shall preclude the possibility of the equipment being operated both locally and via supervisory control simultaneously.

12.3.2 The selection of ‘LOCAL’ operation shall inhibit the operation from any remote source excluding the protection scheme.

12.3.3 The selection to ‘SUPERVISORY’ shall inhibit local operation excluding the protection scheme.

12.3.4 The Local / Remote Selector Switch shall be lockable in both positions.

12.3.5 Indication of the local position shall be wired to the Supervisory Marshalling kiosk.

12.3.6 Selection of the Local / Remote Selector Switch to “Local” shall permit the operation of power operated equipment as follows:

12.3.6.1 Operation of the circuit breaker using either the Open / Neutral / Close

operating handle, push buttons or a hand held pendant control device connected via the Cannon Socket.

12.3.6.2 Operation of the busbar earthing switches.

12.3.6.3 Operation of busbar disconnectors.

12.3.7 Selection of the Local / Remote Selector Switch to “Supervisory” shall permit the operation of power operated equipment as follows:

12.3.7.1 Operation of the circuit breaker using Supervisory Control.

12.3.7.2 Operation of disconnectors using Supervisory Control.

12.4 Remote Trip/Close Facilities

12.4.1 The switch panels shall each be provided with a padlockable Cannon type

plug socket suitable for connecting a hand-held remote control unit for remote tripping and closing of the circuit breaker. All plugs and sockets shall be of a military specification standard to approval and shall be compatible with existing remote switching devices. Cannon type plug

Page 56: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 56 of 232

sockets shall be ITT Cannon CA3102F14S-2SB sockets, or equivalent to the Engineer’s approval.

12.4.2 The pin connections for the Cannon socket (and the hand held remote switching device) shall be as follows:

12.4.2.1 Pins 1 and 2 (or A and B) for close 12.4.2.2 Pins 3 and 4 (or C and D) for trip

12.4.3 Where AIS switchgear with motorised racking is offered, facilities shall be

provided for the remote activation of the motorised racking. These facilities, including the plug socket type and configuration and additional pin connections, shall be to the approval of the Engineer.

12.5 Trip Test Facility

Each switch panel equipped with a circuit breaker shall be provided with a trip test button,

to approval, which shall initiate a local trip, and an intertrip where applicable. The trip test button shall be fitted with a padlockable metal flap.

12.6 Pilot Cable Termination

12.6.1 The multi-core cables as detailed in the Schedules shall be terminated

directly in the control / relay compartment. 12.6.2 The control / relay compartment shall be provided with terminal blocks,

glands and all associated fittings necessary for terminating the multicore cables.

12.6.3 The pilot cable terminations shall be accessible from the front of the switch panel only. Cable entry shall be from the top of the control / relay compartment, from suspended cable trays. Access to all multicore and pilot terminals shall be from the front.

12.7 Indication Lamps and Mimic Diagram

12.7.1 The AIS switchgear shall be provided with indication lamps for the

following:

12.7.1.1 Circuit breaker closed - Red

12.7.1.2 Circuit breaker open - Green

12.7.1.3 Circuit breaker spring charged - White

12.7.1.4 Anti-condensation heaters on - White

Page 57: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 57 of 232

12.7.1.5 SF6 gas low (if applicable) - Amber 12.7.2 Indicating lamps and lamp-holders shall be so arranged that replacement

of lamps and the cleaning of glasses and reflectors employed can be readily effected. Indicating lamps shall be high intensity light emitting diodes.

12.7.3 The GIS switchgear shall be supplied with a mimic diagram indicating the switching devices provided on the bay and mechanical or electrical indication of the status of each device, to the approval of the Engineer.

12.7.4 The switch panels shall utilise the LEDs on the overcurrent and earth fault

protection relay as indication lamps for additional alarms to the approval of the Engineer. The following inputs to the relay shall be provided for this purpose:

12.7.4.1 Circuit breaker open and closed

12.7.4.2 Earth switch open and closed

12.7.4.3 Three position disconnector / earth switch in each position

12.7.4.4 Circuit breaker racked in and out - AIS only.

12.7.4.5 CB Spring Discharged 12.7.4.6 Solkor relay Differential Trip

12.7.4.7 Trip Circuit Supervision

12.7.4.8 SF6 Gas Pressure alarms (alarm and critical stage separately) for EACH gas compartment - GIS Only

12.7.5 Where these are insufficient additional annunciators shall be provided.

12.8 Supervisory Control, Indication and Alarm Facilities

12.8.1 The equipment and facilities shall be provided to permit the following

supervisory control and indication telemetry to and from the Supervisory Control Centre:

12.8.1.1 Circuit breaker control and status indication, including racking status on withdrawable switchgear.

12.8.1.2 Circuit breaker spring charged status.

Page 58: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 58 of 232

12.8.1.3 Busbar disconnector control and status indication on fixed pattern switchgear.

12.8.1.4 Earth switch status indication.

12.8.1.5 Local / RemoteSupervisory selector status indication.

12.8.2 The equipment and facilities shall be provided to permit the following alarm telemetry to and from the Supervisory Control Centre:

12.8.2.1 Protection alarms, Circuit breaker operation and equipment defects.

12.8.2.2 Gas pressure alarms and lockout (where applicable).

12.8.2.3 Switching device mechanism alarms.

12.8.2.4 Auxiliary supply alarms.

12.8.2.5 VT supply fail. 12.8.3 The Contractor shall submit recommendations regarding the alarms

appropriate to his equipment that should be announced locally within the station and those that should be relayed to the Supervisory Control Centre.

12.8.4 A normal (healthy) condition shall be represented by normally open contacts

12.8.5 The equipment and facilities shall be provided to permit the following load flow and system voltage telemetry to and from the Supervisory Control Centre:

12.8.5.1 Current on all switch panels.

12.8.5.2 Feeder voltage on panels equipped with voltage transformers.

13 METERING, INSTRUMENTS AND SUPERVISORY EQUIPMENT

13.1 Test Blocks

Page 59: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 59 of 232

13.1.1 Where specified for tariff metering the metering voltages, currents, and

pulse circuits shall be brought out to a 20-way SEL SecuControl ITS 4620BSB16H test block, or equivalent to approval. The test block shall be vertically flush mounted and fitted with dust covers.

13.1.2 Each SecuControl test block shall be supplied with a test plug code A14-

INT and four test probes. 13.1.3 Protection current transformer cores shall be wired to Genwest type PK-2

4-way test blocks with integral starting facilities. 13.2 Instruments

13.2.1 The indicating instrument scales and pointers shall be in accordance with

DIN 43802. 13.2.2 All instruments shall be flush mounting and arranged for back connection.

Instrument cases shall be finished in an approved colour 13.2.3 Ammeter dials shall be clearly marked with the current transformer ratio

in use and shall have a 20% overscale. 13.2.4 The ammeters for the feeder panels shall be maximum demand indicating

ammeters with a separate resettable pointer. 13.2.5 The ammeters shall have a 100 mm x 100 mm dial. Voltmeters shall have

a 150 mm x 150 mm dial. They shall be sealed as detailed in the Schedules. Alternative dimensions shall be to the approval of the Engineer.

13.2.6 The voltmeters shall have a suppressed zero point and be calibrated 7 to

13,5 kV with a red marker at 12 kV. 13.3 Watt-hour Meters

13.3.1 Electronic Watt-hour meters shall be SEL-734 and shall be provided by

others. 13.3.2 The meter shall be powered by an additional power supply as specified in

the schedules.

13.3.3 Provision shall be made for the flush-mounting of these meters on the relay / control compartment door where specified in the Schedules.

13.4 Telemetry Equipment

13.4.1 Each switch panel shall be provided with suitable transducers, relays and

auxiliary contacts to provide information to the SCADA System. The

Page 60: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 60 of 232

equipment shall be wired in accordance with Drawing No PRP 1 Sheets 1, 2 and 3, and will be needed to give remote indication of circuit breaker service position, earth position, open/close position, spring uncharged, disconnector and earthing switch open/close positions, Solkor protection trip, overcurrent trip, earth fault trip, circuit breaker fail, start-up signal, protection fail and current as well as supervisory open and close commands.

13.4.2 Supervisory control relays for remote operation shall be Omron (or

equivalent to approval) 11 pin removable relays mounted on a fixed base, and shall be rated at 24 V dc.

13.4.3 Latching relays for O/C Trip, E/F Trip and Solkor Trip supervisory

indication shall be provided with a single common push button reset and supervisory reset. Supervisory reset shall be via an interposing supervisory reset relay.

13.4.4 Supervisory reset relay shall be an Omron (or equivalent to approval) 11

pin removable relay mounted on a fixed base, and shall be rated at 24 V dc.

13.4.5 Supervisory control and reset relay bases shall be 11 pin bases suitably

rated for use with either 12 V, 24 V dc or 48 V dc relays, as necessary to meet specific project requirements.

13.4.6 Supervisory control and reset relay bases shall be provided with a steering

(free-wheeling) diode across the operating coil contacts.

13.4.7 All GIS switchgear shall incorporate a common alarm system to enable a low pressure gas alarm to be given.

13.4.8 A normal (healthy) condition shall be represented by normally open

contacts.

13.5 Transducers

13.5.1 Where specified, transducers shall be installed and wired into the panels as shown on

Drawing PRP 1 Sheet 1. Provision shall be made to accommodate transducers of dimensions up to 70 mm wide by 115 mm deep by 125 mm high.

13.5.2 Transducer auxiliary supply shall be derived from the substation DC supply.

13.5.3 The transducers shall be rated as specified in the schedules.

13.5.4 The transducers shall be capable of operating into a resistive burden of 2 kΩ, shall comply with BS 5149 to Class 0,5 accuracy and shall be to approval.

13.5.5 The output of the transducers shall be wired via terminals to the supervisory marshalling

Page 61: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 61 of 232

kiosk.

13.5.6 The transducers shall be surface mounted in the control / relay compartment in a socket

base to allow easy removal. A test link block shall be provided on the incoming side of each transducer.

13.5.7 The voltage input required for watt and VAr transducers shall be derived from the voltage

transformer connected to the busbar to which the relevant bay is selected by means of the voltage selection scheme.

14 PROTECTIVE AND METERING EQUIPMENT 14.1 General

14.1.1 The protective and metering equipment to be supplied on this contract

shall comprise all current transformers, voltage transformers, protective and metering circuitry and such auxiliary equipment necessary for a complete and fully operational scheme of protection and metering as detailed in the Schedules. This shall include full provision for the installation of protective relays as detailed, but the protective relays shall be provided by others.

14.1.2 The protective equipment shall be mounted on the low voltage control /

relay of the relevant switch panel. 14.1.3 The protection circuits shall be designed to disconnect faulty circuits with

speed and certainty without interference to healthy circuits. The equipment shall also be designed to prevent incorrect operation of the circuit breakers as a result of transient phenomena not arising from a faulty condition of the section of line or equipment associated with each set of relays but which may occur during fault periods due to disturbances on the system.

14.1.4 All proprietary and embedded software as well as any licencing shall be included.

14.2 Protection Relays

14.2.1 Unless otherwise specified, protection relays shall be supplied by others.

Relays shall be in withdrawable flush-mounted cases. 14.2.2 Suitable cut outs and blanking plates shall be provided on the switch panel

LV control / relay compartment door for the later mounting and installation of the relays specified.

14.2.3 Relay wiring looms shall be pre-wired, cut to length, ferruled and made off onto dummy backing boards configured identically to the specified relays. Such dummy mounting boards shall be installed on stand-off supports in the LV control / relay compartment such that the relay wiring connections

Page 62: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 62 of 232

are positioned correctly for the actual relay terminal positions.

14.2.4 The feeder differential protection relay shall be Reyrolle Protection type Solkor R/Rf, as specified in the schedules.

14.2.5 The IDMT OC/EF protection relay shall be Schweitzer type SEL 751A relay, as specified in the schedules.

14.2.6 The relay auxiliary supply voltage shall be 30 V dc or 110 V dc, as specified in the Schedules and the Detailed Particulars of Items of Equipment.

14.2.7 Circuit diagrams for approval shall include full integration of the above relays into the switch panels, as specified.

14.3 Arc Detection Protection

14.3.1 Switch-panels shall have suitable provision for the subsequent installation of arc detection protection as detailed below and in the Detailed Particulars.

14.3.2 Arc detection protection for main substation AIS switch-panels will use the arc protection relay to detect arc flash in combination with an overcurrent detection.

14.3.3 Arc detection protection for distribution AIS switch-panels will use the SEL 751A OCEF relay arc protection relay fitted with four-channel arc-flash detection to detect arc flash in combination with an overcurrent detection.

14.3.4 GIS switch-panels shall be provided with over-pressure detection in combination with overcurrent detection for the gas insulated compartments. Arc detection protection for the air insulated compartments in GIS switch-panels will use the SEL 751A OCEF relay arc protection relay fitted with four-channel arc-flash detection to detect arc flash in combination with an overcurrent detection.

14.3.5 The protection zones for AIS and GIS switch-panels shall include the cable compartment, busbars, circuit breaker compartment and current transformer compartment. A fault in any chamber shall result in the isolation of the affected busbar and associated bus section. Selective tripping shall be provided. The scheme and design shall be to approval.

14.3.6 Fibres and sensors in the cable termination compartment shall be installed and positioned in such a way that they are protected from damage during cable installation and termination.

Page 63: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 63 of 232

14.3.7 The faulted chamber shall be identified by an indication on the relay.

14.3.8 Arc detection protection for main substation AIS switch-panels shall include the provision for and pre-wiring for the specific REA arc detection relays as detailed in the Detailed Particulars.

14.3.9 Arc detection protection for all AIS switch-panels and for the air insulated compartments of GIS switch-panels shall include the provision of channels and mountings for subsequent installation of arc detection fibres. Tenderers shall include pricing for arc detection fibres in the price schedule, comprising pricing per metre for fibres and pricing for the completed fibre with arc detection sensor on one end and ST connector on the other end, and for the installation of such arc detection fibres.

14.4 Busbar Blocking 14.4.1 The busbar blocking scheme shall be provided on panels where specified

in the schedules. 14.4.2 The busbar blocking scheme shall be a simple overcurrent and earth fault

scheme generally in accordance to the attached drawing SK 5010. The scheme shall use the high set protection of the IDMTL relays for starting and blocking of the scheme.

14.4.3 The scheme shall take into account that the bus sections may be closed. 14.4.4 The operation of this protection shall be indicated in a suitable manner.

15 LOOSE PARTS, SPARES AND ADDITIONAL EQUIPMENT

15.1 Switchboard Installation Loose Parts

15.1.1 Loose parts and accessories forming part of each switch panel or

necessary for the assembly of each switchboard including but not limited to busbar shrouds (for AIS switchgear), secondary jumpers, fasteners, spacers, fittings and other accessories shall be included in the tendered rate per switch-panel and these parts and accessories shall be supplied and packaged by the Contractor with each switch-panel.

15.2 Switchboard Accessories

15.2.1 Switchboard accessories necessary for operation of the switchgear shall

be priced per switchboard together with a wall mounted, padlockable, steel cubicle with suitable internal mounting brackets for each accessory

Page 64: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 64 of 232

item, and shall be installed in each substation by the Contractor at the tendered installation rate.

15.2.2 Switchboard accessories shall include manual racking handle, manual spring charge handle, operating handle, cable test probes and / or gas monitoring equipment (as applicable to the switchgear offered) and any other accessories necessary for routine and manual operation of the specific switchgear.

15.3 Spares

15.3.1 Tenderers shall list in the schedules the details of recommended spare

parts together with the recommended quantities and their individual prices. The price quoted for spares shall be at the same rate as quoted for Optional Work and shall include the cost of packing, delivery and off-loading.

15.3.2 The spares shall include consumable items sufficient for a plant

operational period of 5 years after commissioning, as well as essential replacement parts to cover the event of a break-down which would affect the availability or safety of the Plant. Moreover the Tenderer shall guarantee that spare components of all types shall be available for at least a period of 10 years following Contract Award.

15.3.3 The Contractor will be required to give at least twelve months’ notice of

his or any sub-contractors intention to cease manufacture of any components in the Works.

15.3.4 Any spare apparatus, parts and tools shall be subject to the same

specification, tests and conditions as similar material supplied under the Definite Work section of the Contract. They shall be strictly interchangeable and suitable for use in place of the corresponding parts supplied with the Plant and must be suitably marked and numbered for identification and shall be prepared for storage by greasing or painting to prevent deterioration.

15.3.5 All spare equipment or materials containing electrical insulation shall be

packed and delivered in cases suitable for storing such equipment over a period of years without deterioration. Such cases shall have affixed to both the underside and topside of the lid a list detailing its contents, including the description, part number and quantity for each part and reference to the relevant drawing and installation instruction. The case will remain the property of the Council.

15.3.6 The insulating compound for completion of busbars shall be provided on

an “as required” basis directly from the supplier in order to eliminate the use of such material after the recommended shelf-life.

15.3.7 All spares shall be delivered to the Electro-Technical offices, Brick rd, George, George

Industria, 6539.

Page 65: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 65 of 232

15.4 Primary Test Truck

15.4.1 The primary test truck shall provide a facility for testing cable circuits and

busbars on AIS switchgear which avoids the need for manual opening of shutters and manual insertion of test prods onto the primary contacts.

15.4.2 The primary test truck shall be designed for plugging into the circuits

concerned after the latter have been disconnected from the source of supply and the associated circuit breakers have been removed.

15.4.3 The primary test truck shall be mounted on a truck base similar to that of

the circuit breaker, and it shall be possible to rack the test truck in the circuit breaker compartment utilising the standard circuit breaker racking mechanism.

15.4.4 The test truck shall be selectable to connect onto either the cable side

primary contacts or the busbar side primary contacts, but not both together, and shall open only the set of shutters necessitated by the testing. The other set of shutters in the circuit breaker compartment shall remain closed and padlockable during testing.

15.4.5 The primary test truck test contacts shall be solidly earthed during racking.

The earth connection shall be removable to permit testing.

15.4.6 The primary test truck shall be stored and secured when not in use within the unused circuit breaker compartment of the Busbar Earthing Panel. Alternative primary test truck storage arrangements shall be to the approval of the Engineer.

16 QUALITY, DESIGN AND EXECUTION 16.1 All apparatus should comply with this Specification. Any departures from the

requirements of this Specification shall be stated in the schedules and may be accepted at the Engineer's discretion.

16.2 No departure shall be implemented without the prior approval of the Engineer.

16.3 The Contractor's quality assurance system shall be approved in terms of SANS 9001. A

copy of the registration certificate shall be attached to the Form of Tender and the number entered in the schedules.

16.4 All materials used in the Works shall be new materials and of the best quality. The

material of which each part is made shall be one of those recognised as suitable for the purpose in conservative modern practice and of a class suitable for working under the conditions specified. The variations of temperature and atmospheric conditions arising under working conditions shall not cause distortion, deterioration or the setting up of undue stresses in any part nor affect the strength and suitability of the various parts for the work which they have to perform. No welding, filling or plugging of defective parts will be permitted without the sanction in writing of the Engineer.

16.5 The design and execution of the Works shall incorporate every practicable precaution

Page 66: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 66 of 232

and provision for:-

16.5.1 the safety of those who will operate and maintain the equipment 16.5.2 the satisfactory operation of the equipment under all conditions liable to

be met in service, and 16.5.3 to facilitate inspection, maintenance and repairs. 16.6 Features likely to require excessive maintenance shall be carefully avoided.

16.7 Kiosks, cubicles and similar enclosed compartments shall be adequately ventilated to

restrict condensation.

16.8 Tenderers shall offer equipment of the highest possible quality to ensure highly reliable

service and only proven designs with proven in-service history in conditions equal or worse than those experienced in this region will be accepted.

16.9 All apparatus and materials supplied shall comply with the current requirements of the Occupational Health and Safety Act (Act No 85 or 1993), as amended, and the Regulations issued thereunder and any regulations issued in modification or substitution thereof. In addition, they shall comply with any other requirements having the force of law to which this Undertaking is subject to.

17 INSTALLATION AND COMMISSIONING OF SWITCHGEAR AND EQUIPMENT

17.1 The switchgear panels are to be installed in new substations or in existing live substations

at the Works Projects sites as specified in the Scope of Work of the Works Project Document. The Contractor shall implement and maintain adequate safety precautions to avoid damage to existing equipment and nuisance tripping of circuits.

17.2 Installations for Item A (The manufacturing, testing, supply and delivery and the installation, testing and commissioning of air insulated switchgear for extension of existing installations) shall be undertaken only by contractor’s staff who are officially accredited for such installation work by the Original Equipment Manufacturer.

17.3 Installations for Item B (The manufacturing, testing, supply and delivery and the installation, testing and commissioning of air insulated switchgear for new installations) and Item C (The manufacturing, testing, supply and delivery and the installation, testing and commissioning of gas insulated switchgear for new installations) shall be undertaken only by contractor’s staff who are officially accredited for such installation work by the Original Equipment Manufacture.

17.4 Primary injection testing of circuits to prove protection scheme functionality (ie. end to end tests) shall be carried out by others.

17.5 Allowance shall be made for interruptions in the Site Work required during the changeovers and switching operations required for busbar extensions and commissioning.

Page 67: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 67 of 232

17.6 All inspections and tests shall be documented and certified in a Handover Document to be provided to the Employer by the Contractor and accepted by the Engineer at the time of handover of the completed installation.

18 CABLE WORK 18.1 All main power cables and pilot cables will be provided, laid, made off and terminated by

others.

18.2 All multi-core and power cables for auxiliary power, control, tripping and alarm circuits,

as detailed in the Schedules, shall be provided, installed and terminated by others directly into the control / relay compartment or into a pilot cable terminating box, and shall enter and be glanded at the top-front of the switch board.

18.3 The tendered price per switch panel shall include all bus-wiring for auxiliary power,

control, tripping, alarm and other circuits required for the installation of that switch panel. 18.4 Terminating boxes shall be provided with such terminal blocks, glands, labels and all

associated fittings as are required.

19 SUBSTATIONEARTHING SYSTEMS

19.1 Substation Earth

19.1.1 The station main earthing system will be installed by others and will be

brought out to the substation main earth bar in the cable trench of the substation.

19.1.2 The Contractor shall supply and install an earthing system to connect all equipment in the substation to the substation main earth bar. Earthing connections to equipment included in this contract shall be provided under this contract.

19.1.3 The tendered price per switch panel shall include all internal earthing

required for the installation of that switch panel. 19.1.4 The switch panels shall be connected to the substation main earth bar at

two opposite points on the switchboard by a covered copper conductor having a cross-sectional area complying with the requirements of 5.3 of SANS 62271-200.

19.1.5 The earthing connections from the metal-clad enclosures to the station

main earth shall be arranged to obtain the minimum inductance and thereby restricting the magnitude of high frequency voltages coupled from the voltages generated by the interruption of capacitive current by the disconnectors.

19.1.6 Drawings detailing the earthing system proposed for the complete

installation to be provided under this Contract shall be submitted for approval.

Page 68: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 68 of 232

19.1.7 All main members of structural steelwork shall be earthed by copper connections bonded to the steelwork. Structures shall not be relied upon to form a continuous earth for electrical equipment.

19.1.8 Connections to apparatus and structures shall be made clear of ground

level, preferably to a vertical face and protected against electrolytic corrosion.

19.1.9 The earth bars and earth conductors shall be of copper. Joints in earth

bars shall be brazed. Where bolted joints are used in copper connections they shall have the joint faces tinned.

19.1.10 All earthing copper shall be painted green.

19.2 Earthing of Ancillary Equipment

19.2.1 All metal parts of ancillary equipment installed under this contract, other than those

forming part of an electrical circuit, shall be earthed by connection to the earth bar in an approved manner. All earthing terminals and connections shall be of adequate dimensions.

19.2.2 All control, relay and other ancillary equipment panels installed under this

contract shall have a continuous earth bar of cross-sectional area not less than 95 mm² run along the bottom of the panels. One end of each panel earth bar shall be connected to the station earth bar. Earth bars shall be located internally where possible.

19.2.3 Metal cases of instruments and metal bases of relays on the panels shall be connected directly to the panel earth bar by braided conductors having a cross-sectional area not less than 2,5 mm². The earthing may not comprise conductors looped from panel to panel or relay to relay with a common conductor to the station earth bar. Any such arrangement will be rejected.

19.2.4 When apparatus or instruments are accommodated on panel or cubicle

doors or swinging frames, flexible cable or braid shall be used for earthing items. The door hinges will not be accepted as a means of earthing this part of the equipment.

19.2.5 Except when otherwise approved a stud type terminal of diameter not less

than 12 mm or a tapped boss of equivalent size shall be provided on the outside of each cabinet or structure for the purpose of making the connection to the switching station main earth bar.

19.2.6 All earthing shall be located internally as far as possible and shall be painted the same colour as that of the switch panels.

19.2.7 The Works shall include the connection of all apparatus to the switching station main earth bar which will be installed as part of this Contract.

Page 69: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 69 of 232

19.2.8 The Contractor shall be responsible for providing, fixing and connecting all earth bars between all metal structures and the main earth bar.

20 GENERAL REQUIREMENTS 20.1 General Requirements for all Panels

20.1.1 Where separate panels are required each cubicle shall be fully wired and

equipped with all necessary equipment including alarms, indication and test facilities, isolating facilities, instruments, fuses and cable terminations etc as specified in the Schedules. Where loose equipment is to be installed on the panels being provided, all the ancillary equipment above shall be provided.

20.1.2 Cubicles shall be constructed from sheet steel designed to be self-

supporting and be vermin and termite proof. They shall not be less than 600 mm wide, and in no case shall the depth exceed the width. The doors shall be hinged to lie back flat to avoid restricting access. Hinges shall be of the lift off type. Doors shall be secured by integral handles which shall be suitable for locking by padlocks and not more than 1,8 m above floor level.

20.1.3 Circuit labels shall be provided on the front and back of each panel and

on the outside of the cubicle doors. 20.1.4 Full provision for testing each part of the equipment shall be made so that

it will not be necessary to disconnect wires from terminals. 20.2 Control and Selector Switches

20.2.1 Switches shall comply with the requirements of IEC 60337, the particular

duty and utilisation category required being selected from the range stated, according to the duty imposed by the particular application.

20.2.2 Switches shall be designed to prevent inadvertent operation. Means shall be provided for locking the control switches when they are in the "neutral" position. Means shall be provided for locking selector switches in the "remote" position. Where selector switches are required to have a "neutral" position means for locking in this position shall be provided. Control switches of the discrepancy type shall require two independent movements to effect operation. The control switch shall be so designed that when released by the operator it shall return automatically to the "neutral" position after having been turned to the "closed" position and shall at the same time interrupt the supply current.

20.2.3 All Castell keys shall be unique. All key switches shall be of the highest

quality available. Switches not lockable shall be mounted behind a clear, lockable cover to prevent tampering.

Page 70: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 70 of 232

20.3 Cubicle Wiring

20.3.1 All wiring shall be coloured according to phase colours [red, white, blue

and black (star point)] for current transformer and voltage transformer circuits, green for earth and grey for all other circuits. Alternatively, subject to approval by the Engineer, ferrules shall be colour identified as above.

20.3.2 All cubicle internal wiring and small wiring shall be of PVC insulated multi-

strand flexible wire to SANS 1507. Control circuits shall be wired using multi-strand 1,5 mm² wire, and current carrying circuits with 2,5 mm² wire. Crimping lugs of an approved type shall be provided for all terminations. The insulation shall have a glossy finish and shall be incapable of supporting combustion.

20.3.3 All incoming and outgoing cubicle wiring connections shall be terminated at a terminal block. Direct connections into auxiliary switches, relays or other equipment are not acceptable.

20.3.4 Wires shall not be jointed or teed between terminal points. Bus wires shall

be fully insulated and run separately from one another along the top or bottom of the cubicle. Fuses and links shall be provided to enable all circuits in a cubicle, except a lighting circuit, to be isolated from the bus wires.

20.3.5 The dc trip and ac voltage supplies and wiring to main protective gear shall be segregated from those for back-up protection and also from protective apparatus for special purposes. Each such group shall be fed through separate fuses from the bus wires. There shall not be more than one set of supplies to the apparatus comprising each group.

20.3.6 All cubicle wiring shall be brought to screw type terminal blocks and shall

be neatly run and securely fixed in cleats or PVC trunking in such a manner that, wherever practicable, wiring can be checked without removing cleats.

20.3.7 Cleats shall be of an approved moulded insulating material and preferably

of the limited compression type. There shall be no possibility of oil entering connection boxes used for cable or wiring.

20.3.8 Covers over individual sections of small wiring trunking shall be readily

removable. Pilot box covers shall be removable with the circuit breaker in the normal service position.

20.3.9 All wiring diagrams for control panels shall be drawn as if viewed from the front and shall show the terminal boards arranged as in service.

20.3.10 Where circuits working at different voltages are present in the same

compartment, connections rated at 230 V and above shall be adequately screened and "DANGER" notices shall be affixed on the connection blocks.

20.3.11 Circuits working at different voltages shall be adequately segregated and

Page 71: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 71 of 232

labelled. 20.3.12 All switch panels shall be supplied with small wiring and dummy terminal

board necessary to secure all wiring where relays are not required. Blanking plates shall be provided on all apertures where equipment is not supplied under this contract.

20.4 Multicore Cables and Conduit Wiring

20.4.1 The multicore cabling between switchgear and relay panels and the

ancillary equipment shall form part of the Works and shall consist of 600/1 000 V Ethylene Vinyl Chloride (white stripe) “Zerotox” type insulated and sheathed steel wire armoured cable with an overall sheath to SANS 1507 strapped to cable trays.

20.4.2 Where cable cores are liable to contact with oil or oil vapour the insulation shall be unaffected by oil.

20.4.3 All copper conductors shall consist of multi-stranded annealed copper

wires. 20.4.4 All cores shall be numbered throughout their length in such a manner as

to render them easily identifiable.The spare cores of all multicore cables shall be numbered and terminated at a terminal block in the cubicle.All cores shall be coloured grey.

20.4.5 Multicore cable tails shall be so bound that each wire may be traced to its cable without difficulty. Where cables are terminated in a junction box and the connections to a relay or control cubicle are continued in conduit, the spare cores shall be taken through the conduit and terminated in a cubicle.

20.4.6 All incoming and outgoing connections shall be terminated at a terminal

block. Direct connection into auxiliary switches or relays are not acceptable.

20.4.7 The screens of screened pairs of multicore cables shall be earthed at one end of the cable only. The position of the earthing connections shall be shown clearly on the diagram.

20.4.8 PVC sheathed cables shall be terminated by compression glands

complying with BS 6121 (or equivalent). 20.4.9 The drilling of gland plates, supply and fitting of compression glands and

connecting up of power cables shall be carried out under this Contract.

20.4.10 The Contractor shall ensure that tails of sufficient length are left at each end of the multicore cables to connect up to the terminal boards. The Contractor shall strip, insulate, ring through and tag the tails, and seal the

Page 72: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 72 of 232

cable boxes and shall be responsible for rechecking the individual cores and for the final connecting up and fitting of ferrules.

20.4.11 All multicore cables shall be identified at each end with identifying tags just below the cable glands and have the same tag applied every 3 m along its length.

20.4.12 The Contractor shall provide, in accordance with an agreed programme,

adequate information regarding external power and control cabling which is associated with the equipment included in the Contract.

20.4.13 The information shall preferably be shown on connection diagrams or in

equivalent cable schedule form and shall include the following information: 20.4.13.1 Terminating facilities for each item of equipment. 20.4.13.2 The function and destination of all external connections from the terminal

block. 20.4.13.3 The function and destination of all internal wiring within the equipment. 20.4.13.4 The wire and terminal number for each destination. 20.4.13.5 The spare terminals in the equipment. 20.4.13.6 The voltage of each circuit and minimum wire size required. 20.4.13.7 Any special requirements for the external connections e.g. screened

cores. 20.4.14 It should not be necessary for the Engineer to refer to the schematic

diagram for the purpose of establishing external cabling requirements and the connection diagrams or equipment schedules shall give the complete information.

20.5 Ferrules

20.5.1 All small wiring and all multicore cables shall have ferrules which bear the

same number at both ends. At those points of interconnection between wiring where a change of number cannot be avoided double ferrules shall be provided on each wire. The change of numbering shall be shown on the appropriate diagram of the equipment. The same ferrule shall not be used on wires in different circuits of the same panel. Numbering of ferrules shall comply with SANS 1885 Annex A unless otherwise approved.

20.5.2 Ferrules shall be of insulating material and shall be provided with a glossy

finish to prevent the adhesion of dirt. They shall be clearly and durably marked and shall not be affected by dampness or oil. In addition all wires associated with the tripping circuits shall be provided with red ferrules marked "Trip" or "T" in white. For current transformer circuits the ferrules

Page 73: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 73 of 232

shall be coloured red, white or blue according to the phase, or black for the star point.

20.5.3 The Contractor shall submit for approval a list of the proposed ferrule

numbers. The Employer will furnish the Contractor with a list of ferrule numbers to be used in supervisory circuits will be supplied to the Contractor.

20.5.4 Patch leads and pigtails shall be fitted with approved ferrule numbers. 20.6 Terminal Boards and Terminal Blocks

20.6.1 Terminal boards shall be mounted vertically and set not less than 100 mm apart with a minimum distance of 200 mm between the top or bottom and the gland plate.

20.6.2 Terminals shall be of the spring loaded insertion clamp type incorporating

captive pressure screws which do not bear directly on the wire but on a serrated clamping plate. The pressure screws shall have an inherent locking feature.

20.6.3 Terminals for current transformer secondary wiring in the LV control / relay compartment shall be provided with test sockets suitable for 4mm test plugs, to be used with jumpers for the purpose of shorting of the CT secondary side during ratio selection.

20.6.4 Terminations shall be grouped according to function and labels shall be

provided on the fixed portion of the terminal boards showing the function of the group.

20.6.5 The use of terminal boards as junction points for wires which are not

required in the associated cubicle shall be avoided wherever practicable. 20.6.6 Covers of transparent insulating materials shall be provided on terminal

boards on which connections for circuits at 125 V or higher are terminated. 20.6.7 All terminal boards shall have a minimum of 20% spare terminals.

20.6.8 Terminal boards and blocks shall be positioned such that uninhibited access is provided to the pressure screws and terminals for the purpose of connecting or disconnecting wires.

20.7 Fuses and Links

20.7.1 Carriers and bases for fuses and links shall be in accordance with SANS

60269 and colour coded black for fuses and white for links. 20.7.2 The fuses and links mounted in cubicles for tripping circuits and protective

gear test links and the Genwest type PK-2 test blocks on

Page 74: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 74 of 232

current transformer secondary circuits shall be mounted on

the front of the panel. Other links and fuses shall be accommodated within the cubicle or above the cubicle doors. Fuses and links shall be grouped, labelled and spaced according to their function in order to facilitate identification.

20.7.3 All incoming circuits in which the voltage exceeds 125 V shall be fed

through insulated fuses and/or links or MCB’s, the supplies being connected to the bottom terminal. The contacts on the fixed portion of the fuse or link shall be shrouded so that accidental contact with live metal cannot be made when the moving portion is withdrawn.

20.7.4 Main ac and dc supply fuse links shall be of the high rupturing capacity

cartridge type. 20.7.5 Where fuse carriers are mounted vertically the incoming (supply) side

shall be the bottom terminal. 20.7.6 Where either fuses or circuit breakers are used it should be ensured that

they shall be of suitable rating and that proper discrimination between main and sub-circuits is maintained.

20.8 Motors

20.8.1 The motors associated with the operation of the switchgear shall be ac

motors rated at 230V ac and supplied from the substation ac supply. 20.8.2 All motors shall comply with IEC 60034 and dimensions with IEC 60072.

They shall be capable of operating continuously under actual service conditions without exceeding the specified temperature rises, determined by resistance.

20.8.3 All motors shall be totally enclosed, and if situated in the open they shall

be weatherproof and suitable for outdoor working. They shall be provided with a suitable means of drainage to prevent accumulation of water due to condensation and with suitable means of breathing.

20.8.4 Motors operating in an ambient temperature not exceeding 40°C shall

have Class 'E' insulation or better but where the ambient temperature may exceed this figure or where the motor may be appreciably affected by conducted heat, Class 'B' insulation or better shall be used.

20.8.5 All motors shall be suitable for direct starting at full voltage. 20.8.6 Motors shall have sealed ball or roller bearings. 20.8.7 The line connections shall be brought out to a terminal box. The terminal

arrangements shall be suitable for the reception of aluminium cable. Terminal markings shall be made in a clear and permanent manner and shall comply with IEC 60034. A permanently attached diagram or

Page 75: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 75 of 232

instruction sheet shall be provided giving the connections for the required direction of rotation. All terminal boxes shall be of the totally enclosed type designed to exclude the entry of dust and moisture and sealed from the internal air circuit of the motor. All joints shall be flanged with gaskets or neoprene or other approved material. Natural rubber insulation shall not be used.

20.9 Motor Control Gear

20.9.1 Control gear shall comply with the requirements of IEC 60292, the control

gear being rated according to the duty imposed by the particular application.

20.9.2 Motor contactors shall comply with IEC 60158 class of intermittent duty 0-

3 with type IP52 enclosure protection and a utilization category AC4. They, and their associated apparatus, shall be capable of switching the stalled current, and shall have a continuous current rating of at least 50% greater than the full load current of the motors they control.

20.9.3 The operating currents of overload trips fitted to motor contactors shall be

substantially independent of ambient temperature conditions, including the effect of direct sunlight on the enclosure in which the contactors are installed.

20.9.4 Where small motors are connected in groups, the group protection shall

be arranged so that it will operate satisfactorily in the event of a fault occurring on a single motor. The control and protection equipment shall be accommodated in the control cabinet or marshalling kiosk.

20.9.5 Each motor or group of motors shall be provided with control gear for

starting and stopping by hand and automatically. Overload and single-phasing protection shall be provided.

20.10 Moulded Case Circuit Breakers

20.10.1 Moulded case circuit breakers shall be designed and tested in accordance

with SANS 60947-2. They shall be suitable for use over the full range of expected voltage variation as specified in the Schedules.

20.10.2 They shall be suitably rated for both the continuous and short circuit

loadings of the circuits they are protecting under all service and atmospheric conditions stated in the specification and to ensure that correct discrimination is maintained between main and sub-circuits.

20.10.3 For three phase circuits the miniature circuit breakers shall be of the three

pole type, for single phase circuits they shall be of the single pole type and for dc circuits they shall be of the double pole type.

20.10.4 Where miniature circuit breakers are used in circuits containing inductive

loads eg operating coils, it is essential that they are suitable for

Page 76: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 76 of 232

satisfactory operation in the circuit in which they are used, ie take account at the circuit time constant.

20.10.5 All miniature circuit breakers shall be provided with an auxiliary contact(s)

for remote indication of circuit breaker operation. 20.10.6 Means shall be provided to prevent the miniature circuit breakers being

inadvertently switched to the 'OFF' position. 20.10.7 Miniature circuit breakers shall be mounted in such a manner so as to give

easily visible indication of breaker position and shall be grouped and spaced according to their function in order to facilitate identification and easy replacement.

20.11 Interchangeability

20.11.1 Corresponding parts shall be made to gauge and shall be interchangeable

wherever possible throughout the Works. When required by the Engineer, the Contractor shall prove his quality by actually interchanging the various parts.

20.11.2 All circuit breakers shall be fully interchangeable with circuit breakers from the switch panels of similar type without realignment, modifications or operator safety risk.

20.12 Stainless Steel

20.12.1 Any stainless steel used in the Works shall be of a type that is easily repaired by electric

arc welding and of the properties stated in the Schedule. Those stainless steels of which the composition or properties are adversely affected by welding or the associated heat treatment shall not be used.

20.12.2 Where required by the Engineers, mechanisms shall be constructed of stainless steel, brass or gunmetal to prevent sticking due to rust or corrosion.

20.13 Galvanizing

20.13.1 Galvanising shall be applied by the hot dip process and shall comply with

SANS 121, SANS 4998, SANS 935 or SANS 32 as applicable. Any other methods of galvanising proposed by the Tenderer shall be to the Engineer’s approval.

20.13.2 All welds shall be de-scaled, all machining carried out and all parts shall

be adequately cleaned prior to galvanizing. The preparation for galvanizing and the galvanizing itself shall not adversely affect the mechanical properties of the coated material.

20.13.3 The threads of all galvanized bolts and screwed rods shall be cleared of

spelter by spinning or brushing. A die shall not be used for cleaning the threads unless specially approved by the Engineer. All nuts shall be galvanized with the exception of the threads which shall be oiled.

Page 77: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 77 of 232

20.13.4 Surfaces which are in contact with oil shall not be galvanized or cadmium

plated. 20.13.5 Partial immersion of the work will not be permitted and the galvanizing

tank must therefore be sufficiently large to permit galvanizing to be carried out by one immersion.

20.13.6 Galvanizing of wires shall be applied by the hot dip process and shall meet

the requirements of SANS 935 or SANS 121. 20.14 Rubber Seals

Where rubber to metal water seals are employed the composition of the

contacting surfaces shall be such that sticking or seizure does not occur. 20.15 Welding

20.15.1 The Contractor shall submit to the Engineer full details of weld procedures,

including preheat, electrodes to be used, stress relief, method of temperature measurement and weld profiles.

20.15.2 The Contractor shall submit for approval documentary evidence regarding

the competence of all welders to be employed on the Works. Those welders failing to satisfy the foregoing conditions will be required to complete qualification tests, witnessed by the Engineer, in accordance with the requirements of the appropriate Code or to requirements specified by the Engineer.

20.15.3 The Contractor shall submit for approval full details of any proposed repair

by welding. 20.15.4 Preheat for welding may be required on all fabrications of alloy steel and

also for mild steel where the thickness is 25 mm or more and stress relieving is to be carried out to the approval of the Engineer.

20.15.5 All strength welds are to be non-destructively tested by an approved

method to the satisfaction of the Engineer. 20.15.6 Any welding at Site is to be carried out under the supervision of a

competent welding engineer. 20.15.7 Castings requiring repair shall be submitted to the Engineer's inspecting

authority before commencement of rectification work. No repairs will be permitted until the proposed repair weld procedure has been submitted to and approved by the Engineer's inspecting authority. All areas in respect of which approval has been given for weld repair shall be chipped or ground back to sound metal followed by crack detection or radiographic examination is to be carried out - all of the foregoing non-destructive testing in the presence of the Engineer's inspecting authority.

20.15.8 Weld repair of forgings is not permitted.

Page 78: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 78 of 232

20.15.9 Weld repair of cast iron details is not permitted but alternative methods of

repair may be submitted to the Engineer's inspecting authority for consideration.

20.16 Bolts and Nuts

20.16.1 All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall

comply with ISO standards for metric threads. 20.16.2 Except for small wiring, current carrying terminal bolt or studs, for

mechanical reasons, shall not be less than 16 mm in diameter. 20.16.3 All nuts and pins shall be locked in position. All lock nuts or lock washers

shall be of approved type. 20.16.4 Wherever possible bolts shall be fitted in such a manner that in the event

of failure of locking resulting in the nuts working loose and falling off, the bolt will remain in position.

20.16.5 Each bolt or stud shall project at least one thread but not more than three

threads through its nut, except when otherwise approved for terminal board studs or relay stems. If bolts and nuts are placed so that they are inaccessible by means of ordinary spanners, special spanners shall be provided.

20.16.6 The length of the screwed portion of the bolts shall be such that no screw

thread may form part of a shear plane between members. 20.16.7 Taper washers shall be provided where necessary. 20.16.8 On exposed or outdoor equipment bolts, nuts and washers in contact with

non-ferrous metallic parts shall be of phosphor-bronze or cadmium plated. Black finished bolts are not acceptable.

20.17 Oils and Greases

20.17.1 The Contractor shall provide the first filling of oil for all transformers, one

complete change of oil for all auxiliary equipment and grease for all bearings etc.

20.17.2 The Employer will nominate the supplier of oil and grease whom it prefers,

and the Contractor shall, as far as possible, select types of oil and grease readily obtainable from this source. The Contractor shall endeavour to keep the number of types to a minimum.

20.17.3 In the event of difficulty, the Contractor may use special oils and greases,

subject to the approval of the Engineer, provided that he can properly justify their use.

20.18 Cleaning and Painting

Page 79: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 79 of 232

20.18.1 All paints shall be of a type and make to the approval of the Engineer and

shall be applied in strict accordance with the paint manufacturer's instructions.

20.18.2 All painting shall be carried out on dry and clean surfaces and under

suitable atmospheric and other conditions in accordance with the paint manufacturer's recommendations for coastal conditions.

20.18.3 Rust and millscale on plates and sections comprising the equipment shall

be removed prior to fabrication by means of shot-blasting, and tubular sections shall be cleaned by acid pickling.

20.18.4 Post fabrication treatment shall embrace grinding, deburring and

polishing, followed by a high pressure degreasing iron phosphate wash. 20.18.5 The complete equipment and all mechanical accessories shall be given

one primer coat of zinc chromate etch-primer followed by intermediate and finishing coats of polyurethane acrylic enamel applied in alternate coats of contrasting colours until a paint thickness of 125 μm is obtained.

20.18.6 If epoxy powder coating is used, the final thickness shall not be less than

50 μm. 20.18.7 All external bare copper earth conductors shall be finished with one coat

of polyurethane acrylic enamel. The colour shall be D10 Brilliant Green to SANS 1091.

20.18.8 Work's Processes 20.18.8.1 All steelwork, plant supporting steelwork and metalwork, except

galvanised surfaces or where otherwise specified, shall be blast cleaned to Grade Sa 2,5 to SANS 064 or ISO 8501-1 to achieve a blast profile of 50 μm to 75 μm.

20.18.8.2 All surfaces shall then be painted with one coat of twin pack epoxy zinc

rich primer, to a film thickness of 100 μm. This primer shall be applied preferably by airless spray and within twenty minutes but not exceeding one hour of blast cleaning.

20.18.8.3 All rough surfaces of coatings shall be filled with an approved two pack

filler and rubbed down to a smooth surface. 20.18.8.4 The interior surfaces of all steel tanks and oil filled chambers shall be blast

cleaned in accordance with SANS 064 or ISO 8501-1 to Grade Sa 3 and painted within a period of preferably twenty minutes but not exceeding one hour with an oil resisting coating of a type and make to the approval of the Engineer.

20.18.8.5 The interior surfaces of mechanism chambers, boxes and kiosks, after

Page 80: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 80 of 232

preparation, cleaning and priming as required above, shall be painted with one coat zinc chromate primer, one coat phenolic based undercoating, followed by one coat phenolic based finishing paint to a light or white colour. For equipment for outdoor use this shall be followed by a final coat of anti-condensation paint of a type and make to the approval of the Engineer, to a light or white colour. A minimum overall paint film thickness of 150 μm shall be maintained throughout.

20.18.8.6 All steelwork and metalwork, except where otherwise specified, shall after

preparation and priming as required above be painted with one coat metallic zinc primer and two coats of micaceous iron oxide paint to an overall minimum paint film thickness of 150 μm.

20.18.8.7 Galvanized surfaces shall not be painted in the Works. 20.18.8.8 For powder coating, all steel parts shall be immersed in a heated wash

trough to remove all fine foreign particles and lubricants. The paint coat shall be a high quality polyurethane based powder coat designed for interior and exterior conditions applied by electrostatic spray equipment. The sprayed powder coat shall be baked in an oven at a temperature of approximately 200°C for a period of ten minutes or as specified by the paint manufacturers. The dry film coat shall be as uniform as possible, but shall not be less than 50 μm and not more than 100 μm thick. The finish shall be high gloss with a minimum of surface defects.

20.18.8.9 Unless otherwise approved the colour of the final coat of paint shall be G29 Light Grey to SANS 1091 or RAL7032 Pebble Grey. The internal surfaces shall be White.

20.18.8.10 The Contractor may propose alternative paint systems for consideration by the Engineer.

20.18.9 Site Painting 20.18.9.1 After erection on site the interior and exterior surfaces shall be thoroughly

examined and all damaged paintwork shall be rubbed down and made good to the full original paint specification.

20.18.9.2 All surfaces of steelwork and metalwork shall be thoroughly washed down,

any deteriorated or otherwise faulty paintwork removed down to bare metal and made good to the full specification then painted one further coat of phenolic based undercoating and one coat phenolic based hard gloss finishing paint to provide an overall minimum paint film thickness of 200 μm.

20.18.9.3 Any nuts, bolts, washers, etc, which have been removed during site erection, or which may be required to be removed for maintenance purposes shall be restored to their original condition.

Page 81: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 81 of 232

20.18.9.4 All nuts, bolts, washers, etc which are fitted after

fabrication or during erection shall be painted as

described above

20.18.9.5 All paintwork shall be left clean and perfect on completion of the Works. 20.19 Fire Precautions

All apparatus, connections and cabling shall be designed and arranged to

minimise the risk of fire and any damage which might be caused in the event of fire. The Employer will be responsible for sealing all holes in floors, walls, roofs etc through which the cabling may pass.

20.20 Spanners and Special Tools

20.20.1 The Tenderer shall indicate in the Prices and Quantities for Optional Work

the cost per complete set for any SPECIALISED spanners and tools required to fit every nut and bolt head on the apparatus supplied under this Contract. The specialised tools required for a substation shall be supplied as a kit in a portable toolbox. The contents of the specialised tools kit shall be itemised and fully detailed in the tender submission.

20.20.2 The Tenderer shall furthermore indicate in the Prices and Quantities for

Optional Work the cost per complete set for any SPECIALISED devices, slings and tackle required for a complete site overhaul of the apparatus supplied under this Contract. The specialised devices, slings and tackle required shall be supplied as a kit in a portable container. The contents of the specialised devices, slings and tackle kit shall be itemised and fully detailed in the tender submission.

20.21 Labels and Marking

20.21.1 Before leaving the Manufacturer’s Works all apparatus and fittings shall

be painted or stamped in two places with a distinguishing number and/or letter corresponding to the distinguishing number and/or letter on an approved drawing and material list.

20.21.2 The erection marks on galvanized material shall be stamped before

galvanising and shall be clearly legible after galvanising 20.21.3 All markings shall be legible. 20.21.4 Weatherproofed tags, where used, shall be durable, securely attached

and duplicated. 20.21.5 All apparatus shall be clearly labelled indicating, where necessary, its

purpose and service positions. Each phase of alternating current and each pole of direct current equipment and connections shall be coloured in an approved manner to distinguish phase or polarity.

Page 82: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 82 of 232

20.21.6 The material of all labels and the dimensions, legend, and method of printing shall be to approval. Solvent or heat activated dry film adhesive labels may be used for certain functions subject to approval. The surface of indoor labels shall have a matt or satin finish to avoid dazzle from reflected light.

20.21.7 Each switch panel shall be provided with a blank circuit label on the front,

on the rear and on the circuit breaker or circuit breaker truck. Unless otherwise approved, these labels shall be of the sandwich-board type with black lettering on a white background. The method of fixing these labels shall be to approval, but adhesive is not acceptable.

20.21.8 Labels to identify the equipment function shall be provided on the front

and rear doors of all cubicles. Labels shall be provided inside cubicles for circuits and apparatus which otherwise could only be identified from the front of the cubicle.

20.21.9 External relay and components labels and internal labels for fuse holders,

phasing sockets etc shall be trafolite with black lettering on white background.

20.21.10 Colours shall be permanent and free from fading. Labels mounted on

black surfaces shall have white lettering. ‘Danger’ plates shall be in accordance with SANS 1186 type WW 7.

21 PACKAGING, SHIPPING AND TRANSPORT

21.1 The Contractor shall make his own arrangements for the delivery of the plant to the Employer’s Electricity Stores or to site and shall provide all labour, plant and material necessary for the unloading.

21.2 The Contractor shall be responsible for the packing, loading, transport and off-loading of

the plant from the place of manufacture, whether this is at his own works or those of any supplier, to the Employer’s Electricity Stores or to site.

21.3 All apparatus shall be carefully packed for transport by sea, rail and road as necessary

and in such a manner that it is protected against climatic conditions. 21.4 The method of packing shall provide adequate protection to the equipment contained

within and attached without, for transportation. The method of packing and precautions to be taken during transport shall be clearly marked on the appropriate drawings.

21.5 Precautions shall be taken to protect the equipment insulation against the ingress of

moisture. 21.6 All bright parts liable to rust shall receive a coat of anti-rusting composition and shall be

suitably protected. The machined face of all flanges shall be protected by means of a blank disc bolted to each face.

21.7 Where appropriate all parts shall be boxed in substantial crates or containers to facilitate

handling in a safe and secure manner. Each crate or container shall be marked clearly

Page 83: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 83 of 232

on the outside of the case to show where the mass is bearing and the correct position for the slings. Each crate or container shall also be marked with the notation of the part or parts contained therein, contract number and port of destination, and shall become the property of the Employer after delivery.

21.8 Where gas ducting that is to be assembled onto each switch panel in the completed

installation is supplied and delivered in kit or other form separate from the switch panel, such ducting shall be crated or packaged complete such that all parts and fasteners necessary to assemble such ducting onto the switch panel are contained in a single container. The container shall be marked with a complete bill of materials and components contained there-in, together with the relevant part numbers and reference to the drawing number detailing assembly of such parts. Where appropriate, complete sets of gas duct components for two or more panels may be delivered in a single container provided that each kit is complete.

21.9 Gas exhaust ducting from the switchboard to the exterior of the switch room shall be supplied and delivered complete or in kit form in a single crate or container per assembly such that all parts and fasteners necessary to completely assemble and install such exhaust ducting in its specified standard length are contained in the single container. The container shall be marked with a complete bill of materials and components contained there-in, together with the relevant part numbers and reference to the drawing number detailing assembly of such parts. Where appropriate, complete sets of gas exhaust duct components for two exhausts may be delivered in a single container provided that each kit is complete. Components for more than two gas exhausts ducts may not be enclosed within a single container.

21.10 The components and fasteners for gas exhaust duct extension pieces necessary for each extension of specified length shall be supplied and delivered complete or in kit form in a single crate or container. The container shall be marked with a complete bill of materials and components contained there-in, together with the relevant part numbers and reference to the drawing number detailing assembly of such parts. Where appropriate, complete sets of gas duct components for two or more exhaust duct extension pieces may be delivered in a single container provided that each set is complete.

21.11 Loose parts and accessories forming part of each switch panel or necessary for the assembly of each switchboard shall be dispatch and delivered with such switch panels. Fasteners, spacers, fittings, busbar shrouds (for AIS switchgear), secondary jumpers and other accessories for each switch-panel shall be crated and packaged with the switch-panel. Payment will not be authorised per switch panel until all relevant loose parts and accessories have been delivered. Any loose parts not crated or packaged with the switch-panel shall be crated or packaged such that all parts and fasteners necessary for each assembly are contained in a single container. The container shall be marked with a complete bill of materials and components contained there-in, together with the relevant part numbers and reference to the drawing number detailing assembly of such parts.

21.12 Any damage due to defective or insufficient packing shall be made good by the

Contractor at his own expense and within reasonable time when called upon by the Employer to do so. Two copies of complete packing lists showing the number, size, marks, mass and contents of each package shall be posted to the Council and four copies to the Engineer immediately after the material is despatched.

21.13 The Contractor shall inform himself fully as to all relevant transport facilities and

requirements and loading gauges and ensure that the equipment as packed for transport complies with the South African highway regulations and/or conforms to the limitations of the transport facilities of Transnet Ltd. The Contractor shall also be responsible for verifying the adequacy of any cranes required for off-loading at the port of entry, at the Council's Stores and Site.

21.14 The Contractor shall take reasonable steps to prevent damage to any highways or

Page 84: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 84 of 232

bridges by his traffic and shall select routes, choose and use vehicles and restrict and distribute loads so that the risk of damage shall be limited as far as is reasonably possible. The Contractor shall immediately report to the Engineer any claims made against him arising out of alleged damage to a highway or bridge.

21.15 Access to the Stores is by road only.

22 TECHNICAL DOCUMENTATION, DRAWINGS, OPERATING AND MAINTENANCE INSTRUCTIONS

22.1 Tenderers shall submit with their tenders full particulars of the equipment offered and

shall complete the Schedules attached hereto. 22.2 No tender will be considered unless sufficient technical data, diagrams, drawings and

relevant information are submitted to enable the characteristics and merits of the equipment offered to be ascertained.

22.3 Tenderers shall submit details of the manufacturing facilities that will be utilized for the construction of the tendered items and the location thereof, as well as details of the location and capabilities of their service / repair facility situated closest to the City of Cape Town.

22.4 The Tenderers shall submit the drawings detailed in Clause 2 of Section C3.12 of this

specification with the Tender.

22.5 The Contractor shall submit the drawings detailed in Clause 3 of Section C3.12 of this specification for approval prior to commencement of Works.

22.6 Details of the drawings forming part of this specification are included in Clause 4 of

Section C3.12 of this specification.

23 GENERAL PARTICULARS AND GUARANTEES 23.1 The plant shall comply with the particulars and guarantees stated in the Schedules. 23.2 Places of Manufacture

The manufacturers and places of manufacture, testing and inspection of the various portions of the Works shall be stated in the Schedules. Any changes shall be made with the written agreement of the Engineer and the Contractor shall ensure that the manufacturers and places of manufacture are acceptable to the Engineer.

23.3 Variance with Conditions of Contract

23.3.1 In the event of there being any inconsistency between the technical

provisions of this Specification and the Conditions of Contract, the technical provisions of the Specification shall prevail and shall be considered as incorporated in the Contract.

23.3.2 Neither the items nor the clauses nor the detailed description therein nor

Page 85: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 85 of 232

anything contained in this Specification or the schedules shall limit the obligations and liabilities of the Contractor under the Conditions of Contract.

23.4 Compliance with Specification

23.4.1 All apparatus should comply with this Specification. Any departures from

the requirements of this Specification shall be stated in the schedules and may be accepted at the Engineer’s discretion.

23.4.2 No departure shall be implemented without the prior approval of the Engineer.

23.4.3 The Contractor shall be responsible for any discrepancies, errors or omissions in the particulars and guarantees, whether or not such particulars and guarantees have been approved by the Engineer.

23.4.4 All details given in this Specification and the drawings forming part of it have been carefully compiled but the onus is on the Tenderer to satisfy himself truly as to the accuracy thereof.

23.4.5 Tenderers shall submit with their tenders a completed copy of the relevant schedule listing clause by clause the specific technical details indicating compliance or non-compliance with the requirements of the specification.

24 STAFF TRAINING 24.1 Training shall be provided in George to enable the Employer's staff to install and maintain

the equipment offered. The training shall take the form of separate sessions for hardware and maintenance training and for operator training.

24.2 The Hardware and Maintenance Training course for the switchgear shall include, but not

be limited to, the following:

24.2.1 Theory of operation 24.2.2 Installation and commissioning 24.2.3 Preventative maintenance 24.2.4 Maintenance manual review 24.2.5 Interlocks and Safety Features 24.2.6 Testing, troubleshooting and configuration 24.2.7 Repairs 24.2.8 Practical Demonstration 24.3 The Operator training for the switchgear shall include, but not be limited to, the following:

24.3.1 Theory of operation 24.3.2 Detailed overview of Equipment 24.3.3 Interlocks and Safety Features 24.3.4 Practical Demonstration

24.4 The training proposal shall include a description of the contents and duration of each

Page 86: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 86 of 232

course and prerequisites, if any, required of course participants. The outlines shall be in sufficient detail to evaluate the course material. The proposal shall be submitted with the tender.

24.5 The principal instructors shall have proven prior experience in conducting the specified training. The instructors shall have a complete and thorough knowledge of the equipment and course materials.

24.6 Each course participant shall receive a copy of the training manuals and other pertinent materials with all changes and revisions to manuals and other documentation used during the training courses.

24.7 All training will be undertaken at Employer’s premises.

24.8 The courses shall be given to groups of 15 individuals. The number of people attending any given course will vary as operational requirements dictate.

24.9 On completion of the training each candidate shall be provided with certification of attendance of the course, with copies of the certification being provided to the Employer.

24.10 The price for each course shall include all preparation, travelling, accommodations and incidental costs including all course materials.

25 INSPECTION AND TESTS

25.1 The switchgear shall be subject to type tests, routine tests, sample tests and inspections in accordance with SANS 62271 (All applicable parts), 62271-200, 61869-1, 61869-2, 61869-3, as applicable, and other applicable specifications.

25.2 During manufacture and prior to despatch the equipment will be inspected by the

Engineer who will call for such tests as he may consider necessary to prove compliance with this specification and to ensure safe and reliable operation in service. Before the despatch of any equipment, an acceptance certificate will be issued by the Engineer.

25.3 In the event that type tests are still outstanding at the time of tender, and are

carried out subsequently or repeated, these type tests shall be witnessed by the Engineer. A minimum notice period of 21 days prior to scheduled type tests shall be given.

25.4 Detailed requirements for testing and inspections are included in Section C3.13:

Quality Control, Inspection and Testing.

26 DISCLOSURE

The Employer shall have the right to disclose the contents of manuals, drawings, software documentation, protocol information and equipment to its employees, contractors, subcontractors or other utilities for the purpose of repair,

Page 87: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 87 of 232

modification, enhancement or replacement of the equipment supplied under this Contract. Deliverables marked as “proprietary” or similar shall not be acceptable. The Contractor shall submit his standard disclosure agreement for review and approval.

PRICE SCHEDULE Pricing Instructions: All prices shall be tendered inclusive of VAT and including customs or excise duty and any other duty, levy, or other applicable tax. All prices shall be tendered in accordance with the units specified in this schedule. All prices tendered must include all expenses, disbursements and costs (e.g. transport, overheads, accommodation etc) that may be required in and for the execution of the work described in the Specification, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract as well as overhead charges and profit (in the event that the tender is successful). All prices tendered will be final and binding. Prices tendered below shall be subject to adjustment in accordance with Schedule?.

Page 88: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 88 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM A: AIR INSULATED SWITCHGEAR FOR EXTENSION OF EXISTING INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

A1.1 12 kV, 25 kA, 630 A, 400/300/5 Distribution Feeder panels

each 16

A1.2. 12 kV, 25 kA, 630 A, 400/200/5 Distribution Feeder metering panels

each

16

A1.3 12 kV, 25 kA 1250 A, 1250/5 Distribution Bus-section panels

each

16

A1.4 12kV, 25kA, 1250A Distribution Busbar Riser panels each 16

A1.5 12kV, 25kA, 1250A Distribution Busbar earthing panels each

16

A1.6 12 kV, 25 kA, 630 A, 400/300/5 Main Substation Feeder panels with 1250A busbars

each 16

A1.7 12 kV, 25 kA, 1250 A, 1250/1 Main Substation Incoming Transformer panels

each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 89: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 89 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM A: AIR INSULATED SWITCHGEAR FOR EXTENSION OF EXISTING INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

A1.8 12 kV, 25 kA, 1250 A, Main Substation Bus-section panels

each 16

A1.9 12kV, 25kA, 1250A Main Substation Busbar Riser panels each

16

A1.10 12kV, 25kA, 1250A Main Substation Busbar earthing panels

each

16

A1.11 12 kV, 25 kA, 630 A, 400/300/5 Main Substation Feeder panels with 2500A busbars

each 16

A1.12 12 kV, 25 kA, 2500 A, 2500/1 Main Substation Incoming Transformer panels

each

16

A1.13 12 kV, 25 kA, 2500 A, 2500/1 Main Substation Bus-section panels

each 16

A1.14 12kV, 25kA, 2500A Main Substation Busbar Riser panels each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 90: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 90 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM A: AIR INSULATED SWITCHGEAR FOR EXTENSION OF EXISTING INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

A1.15 12kV, 25kA, 2500A Main Substation Busbar earthing

panels

each 16

A1.16 Insulated 1250A busbars, set of three. each

16

A1.17 Insulated 2500A busbars, set of three. each

16

A1.18 11 000 / 110 V, 15 VA, Class 0,5 Voltage transformers each 16

A1.19 11 000 / 110 V, 15 VA, Class 0,2 Voltage transformers each

16

A1.20 630 / 1250A Circuit breaker trolleys each 16

A1. 21 2500A Circuit breaker trolleys each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 91: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 91 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM A: AIR INSULATED SWITCHGEAR FOR EXTENSION OF EXISTING INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

A1.22 Primary test trucks each 16

A1.23 Exhaust ducting, Indoor, per exhaust, standard length complete with joints and end units

set

16

A1.24 Exhaust ducting, outdoor, per exhaust, standard length complete with joints and end units

set 16

A1.25 Exhaust ducting, Indoor, 1 metre extension piece metre 16

A1.26 Exhaust ducting, Outdoor, 1 metre extension piece metre 16

A1.27 Exhaust duct wall finishing plate each 16

A1.28 D-duct plenum for retrofit to compact duct panels, complete

each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 92: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 92 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM A: AIR INSULATED SWITCHGEAR FOR EXTENSION OF EXISTING INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

A1.29 Compact duct plenum for retrofit to D-duct panels,

complete each 16

A1.30 Busbar compartment end cover, gas plenum end cover and switchboard cosmetic end cover, left side, complete.

set 16

A1.31` Busbar compartment end cover, gas plenum end cover and switchboard cosmetic end cover, right side, complete.

set 16

A1.32 Manual operating, racking and spring charge handles and accessories for switchgear operation, set of one of each (Tenderer to itemise in detail)

set 16

A1.33 Wall mounted cubicle for operating handles and accessories for switchgear operation, per switchboard.

each 16

A1.34 Arc detection fibre, made-up complete with arc detection sensor and ST connector, one metre length

each 16

A1.35 Arc detection fibre (without fittings), per metre metre 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account. .

Page 93: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 93 of 232

Item

no

Description Unit Unit price (Inclusive of

VAT) (R)

ITEM A: AIR INSULATED SWITCHGEAR FOR EXTENSION OF EXISTING INSTALLATIONS PART 2: GENERAL

A2.1 Training:

A2.1.1 Hardware and Maintenance training (15 persons) course

A2.1.2` Operator training (15 persons) course

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194. The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders:

The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 94: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 94 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM B: AIR INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

B1.1 12 kV, 25 kA, 630 A, 400/300/5 Distribution Feeder panels

each 16

B1.2. 12 kV, 25 kA, 630 A, 400/200/5 Distribution Feeder metering panels

each

16

B1.3 12 kV, 25 kA 1250 A, 1250/5 Distribution Bus-section panels

each

16

B1.4 12kV, 25kA, 1250 ADistribution Busbar Riser panels each 16

B1.5 12kV, 25 kA, 1250 A Distribution Busbar earthing panels each

16

B1.6 12 kV, 25 kA, 630 A, 400/300/5 Main Substation Feeder panels with 1250A busbars

each 16

B1.7 12 kV, 25 kA, 1250 A, 1250/1 Main Substation Incoming Transformer panels with 1250A busbars

each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 95: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 95 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM B: AIR INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

B1.8 12 kV, 25 kA, 1250 A, Main Substation Bus-section panels

with 1250A busbars each 16

B1.9 12kV, 25kA, 1250A Main Substation Busbar Riser panels each

16

B1.10 12kV, 25kA, 1250A Main Substation Busbar earthing panels

each

16

B1.11 Insulated 1250A Busbars, set of three set 16

B1.12 11 000 / 110 V, 15 VA, Class 0,5 voltage transformers each 16

B1.13 11 000 / 110 V, 15 VA, Class 0,2 voltage transformers each 16

B1.14 Circuit breaker trolleys each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 96: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 96 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM B: AIR INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

B1.15 Primary test trucks

each 16

B1.16 Exhaust ducting, Indoor, per exhaust, std length complete with joints and end units

set

16

B1.17 Exhaust ducting, outdoor, per exhaust, standard length complete with joints and end units

set 16

B1.18 Exhaust ducting, Indoor, 1 metre extension piece metre 16

B1.19 Exhaust ducting, Outdoor, 1 metre extension piece metre 16

B1.20 Exhaust duct wall finishing plate each 16

B1. 21 Switchboard gas ducting end-plenum, if required Set 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 97: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 97 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM B: AIR INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

B1.22 Busbar compartment end cover, gas plenum end cover

and switchboard cosmetic end cover, left side, complete. set 16

B1.23 Busbar compartment end cover, gas plenum end cover and switchboard cosmetic end cover, right side, complete.

set 16

B1.24 Manual operating, racking and spring charge handles and accessories for switchgear operation, set of one of each

set 16

B1.25 Wall mounted cubicle for operating handles and accessories for switchgear operation, per switchboard.

each 16

B1.26 Arc detection fibre, complete with arc detection sensor and ST connector, one metre length

each 16

B1.27 Arc detection fibre (without fittings), per metre metre 16

B1.28 Additional equipment required per switchboard (To be specified in detail by Tenderer)

Set 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 98: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 98 of 232

Item

no

Description Unit Unit price (Inclusive of

VAT) (R)

ITEM B: AIR INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 2: GENERAL

B2.1 Training:

B2.1.1 Hardware and Maintenance training (15 persons) course

B2.1.2` Operator training (15 persons) course

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194. The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders:

The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 99: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 99 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM C: GAS INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

C1.1 12 kV, 25 kA, 630 A, 400/300/5 Distribution Feeder panels

each 16

C1.2. 12 kV, 25 kA, 630 A, 400/200/5 Distribution Feeder metering panels

each

16

C1.3 12 kV, 25 kA 1250 A, 1250/5 Distribution Bus-section panels

each

16

C1.4 12kV, 25kA, 1250 ADistribution Busbar Riser panels each 16

C1.5 12kV, 25 kA, 1250 A Distribution Busbar earthing panels each

16

C1.6 12 kV, 25 kA, 630 A, 400/300/5 Main Substation Feeder panels with 1250A busbars

each 16

C1.7 12 kV, 25 kA, 1250 A, 1250/1 Main Substation Incoming Transformer panels with 1250A busbars

each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 100: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 100 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM C: GAS INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

C1.8 12 kV, 25 kA, 1250 A, Main Substation Bus-section panels

with 1250A busbars each 16

C1.9 12kV, 25kA, 1250A Main Substation Busbar Riser panels each

16

C1.10 12kV, 25kA, 1250A Main Substation Busbar earthing panels

each

16

C1.11 Insulated 1250A Busbars, set of three set 16

C1.12 11 000 / 110 V, 15 VA, Class 0,5 voltage transformers each 16

C1.13 11 000 / 110 V, 15 VA, Class 0,2 voltage transformers each 16

C1.14 Circuit breaker trolleys each 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 101: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 101 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM C: GAS INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

C1.15 Primary test trucks

each 16

C1.16 Exhaust ducting, Indoor, per exhaust, std length complete with joints and end units

set

16

C1.17 Exhaust ducting, outdoor, per exhaust, standard length complete with joints and end units

set 16

C1.18 Exhaust ducting, Indoor, 1 metre extension piece metre 16

C1.19 Exhaust ducting, Outdoor, 1 metre extension piece metre 16

C1.20 Exhaust duct wall finishing plate each 16

C1. 21 Switchboard gas ducting end-plenum, if required Set 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account. .

Page 102: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 102 of 232

Item

no

Description Unit Unit price delivered and

off loaded (Inclusive of

VAT) (R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

ITEM C: GAS INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 1: MANUFACTURE, TESTING, SUPPLY AND DELIVERY OF EQUIPMENT, COMPLETE AS SPECIFIED

C1.22 Busbar compartment end cover, gas plenum end cover

and switchboard cosmetic end cover, left side, complete. set 16

C1.23 Busbar compartment end cover, gas plenum end cover and switchboard cosmetic end cover, right side, complete.

set 16

C1.24 Manual operating, racking and spring charge handles and accessories for switchgear operation, set of one of each

set 16

C1.25 Wall mounted cubicle for operating handles and accessories for switchgear operation, per switchboard.

each 16

C1.26 Arc detection fibre, complete with arc detection sensor and ST connector, one metre length

each 16

C1.27 Arc detection fibre (without fittings), per metre metre 16

C1.28 Additional equipment required per switchboard (To be specified in detail by Tenderer)

Set 16

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194.

The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders: The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 103: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 103 of 232

Item

no

Description Unit Unit price (Inclusive of

VAT) (R)

ITEM C: GAS INSULATED SWITCHGEAR FOR NEW INSTALLATIONS PART 2: GENERAL

C2.1 Training:

C2.1.1 Hardware and Maintenance training (15 persons) course

C2.1.2` Operator training (15 persons) course

Note: The prices stated shall be subject to contract price adjustment according to the formulae stated in pages 193-194. The prices shall be based on rates and charges, customs and other duties and value-added tax ruling 28 days before the date for return of Tenders:

The rates shall be stated in193-194. The actual costs incurred under these columns shall be to the Employer’s account.

Page 104: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 104 of 232

Detailed Particulars of Items of Equipment

Number Description Number required

per bay

1. AIS DISTRIBUTION FEEDER PANEL (Items A1.1 and B1.1 )

1.1 The fixed portion of each Feeder Panel shall include:

1.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

1.1.2 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with three 630 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

1.1.3 Sheet metal current transformer chamber with three 630 A isolating contacts and associated bushings, three cable-side bushings, and containing current transformers as follows:

1

1.1.3.1 Current transformers, ratio 400/300/5 Class PX for Solkor Rf feeder protection as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

1.1.3.2 Current transformers, ratio 400/5, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

1.1.4 Integral fault make cable earth switch 1

1.1.5 Capacitive-divider voltage sensing device for voltage detection system and electrical phasing-out 1 set

1.1.6 Segregated cable dividing box fitted with tapered brass gland and clamp suitable for making off a 3-core PILC cable of cross-section up to 300 mm² by means of dry type cable terminations and one circuit label left blank. 1

1.1.7 Gas ducting for internal arc overpressure relief 1 set

1.1.8 Sheet metal control/relay panel fitted with: 1

1.1.8.1 Circuit label, left blank. 1

1.1.8.2 Housing including all associated wiring terminated onto a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted Solkor Rf relay insulated for 5 kV as specified EXCLUDING the relay. 1

1.1.8.3 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

1.1.8.4 Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

1.1.8.5 MDI ammeter scaled 0-600 A. 1

1.1.8.6 Current Transducer as specified on drawing PRP 1 sheet 1. 1

1.1.8.7 Supervisory trip, close and indication relays as specified. 1 set

1.1.8.8 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

1.1.8.9 Lockable Local / Remote selector switch 1

1.1.8.10 Lockable push button for trip testing via the protection circuit 1

1.1.8.11 Indication lamps (LED). 4

1.1.8.12 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

1.1.8.13 Genwest type PK-2 4-way test blocks 2

Page 105: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 105 of 232

Number Description Number required

per bay

1.1.8.14 Facilities on control / relay compartment suitable for terminating the multicore cables

1.1.9 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

1.1.10 Anti-condensation panel heaters. 1 set

1.1.11 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

1.2 The removable portion of each distribution feeder panel shall include:

1.2.1 Three phase 30 Vdc630 A circuit breaker. 1

1.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

1.2.3 Motorised and manual spring recharging facilities as specified. 1

1.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

1.2.5 All necessary auxiliary fittings and interlocks. 1 set

1.2.6 Circuit label, left blank. 1

1.2.7 Non-resettable circuit breaker operations counter. 1

2. AIS DISTRIBUTION FEEDER METERING PANEL ((Item A1.2 ) (Item

B1.2))

2.1 The fixed portion of each Feeder Metering Panel shall include:

2.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

2.1.2 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with three 630 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

2.1.3 Sheet metal current transformer chamber with three 630 A isolating contacts and associated bushings, three cable-side bushings, and containing current transformers as follows:

1

2.1.3.1 Current transformers, ratio 400/200/5, 10 VA output per phase, Class 0,5S for metering as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

2.1.3.2 Current transformers, ratio 400/5, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

2.1.4 Sheet metal voltage transformer chamber for a circuit connected removable voltage transformer including all necessary auxiliary fittings, interlocks, shutters and VT fuse protection EXCLUDING the voltage transformer. 1

2.1.5 Integral fault make cable earth switch . 1

2.1.6 Capacitive-divider voltage sensing device for voltage detection system and electrical phasing-out 1 set

2.1.7 Segregated cable dividing box fitted with tapered brass gland and clamp suitable for making off a 3-core PILC cable of cross-section up to 300 mm² by means of dry type cable terminations and one circuit label left blank. 1

2.1.8 Gas ducting for internal arc overpressure relief 1 set

2.1.9 Sheet metal control/relay panel fitted with: 1

Page 106: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 106 of 232

Number Description Number required

per bay

2.1.9.1 Circuit label, left blank. 1

2.1.9.2 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay. 1

2.1.9.3 Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

2.1.9.4 MDI ammeter scaled 0-600 A. 1

2.1.9.5 Current and Voltage Transducers as specified on drawing PRP 1 sheet 1. 1 each

2.1.9.6 Supervisory trip, close and indication relays as specified. 1 set

2.1.9.7 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

2.1.9.8 Lockable Local / Remote selector switch 1

2.1.9.9 Lockable push button for trip testing via the protection circuit 1

2.1.9.10 Indication lamps (LED). 4

2.1.9.11 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

2.1.9.12 Genwest type PK-2 4-way test blocks 2

2.1.9.13 Facilities on control / relay compartment suitable for terminating the multicore cables

2.1.10 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

2.1.11 Anti-condensation panel heaters. 1 set

2.1.12 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

2.2 The removable portion of each feeder metering panel shall include:

2.2.1 Three phase 30 Vdc630 A circuit breaker. 1

2.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

2.2.3 Motorised and manual spring recharging facilities as specified. 1

2.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

2.2.5 All necessary auxiliary fittings and interlocks. 1 set

2.2.6 Circuit label, left blank. 1

2.2.7 Non-resettable circuit breaker operations counter. 1

3. AIS DISTRIBUTION BUS-SECTION PANEL ((Items A1.3)( Items B1.3 ))

3.1 Bus-section panels shall be LHS panels (ie Standard busbars to LHS of Bus-section panel, Busbar Riser panel to RHS). The fixed portion of each Bus-section Panel shall include:

3.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

3.1.2 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with three 1250 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

Page 107: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 107 of 232

Number Description Number required

per bay

3.1.3 Sheet metal current transformer chamber with three 1250 A isolating contacts and associated bushings, and containing current transformers as follows:

1

3.1.3.1 Current transformers, ratio 1250/5, 10 VA output per phase, Class 5P10 for overcurrent and earthfault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

3.1.4 Integral fault make busbar earth switch for RHS of Switch Board with Castell Key interlocked operating mechanism. 1

3.1.5 Gas ducting for internal arc overpressure relief 1 set

3.1.6 Sheet metal control/relay panel fitted with: 1

3.1.6.1 Circuit label, left blank. 1

3.1.6.2 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

3.1.6.3 MDI ammeter scaled 0-1600 A. 1

3.1.6.4 Current Transducer as specified on drawing PRP 1 sheet 1. 1

3.1.6.5 Supervisory trip, close and indication relays as specified. 1 set

3.1.6.6 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

3.1.6.7 Lockable Local / Remote selector switch 1

3.1.6.8 Busbar earth switch interlock solenoid with captive Castell Key 1

3.1.6.9 Push button release for Castell Key solenoid 1

3.1.6.10 Lockable push button for trip testing via the protection circuit 1

3.1.6.11 Indication lamps (LED). 4

3.1.6.12 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

3.1.6.13 Genwest type PK-2 4-way test blocks 1

3.1.6.14 Facilities on control / relay compartment suitable for terminating the multicore cables

3.1.7 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

3.1.8 Anti-condensation panel heaters. 1 set

3.1.9 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

3.2 The removable portion of each Distribution Bus Section panel shall include:

3.2.1 Three phase 30 Vdc1250 A circuit breaker. 1

3.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

3.2.3 Motorised and manual spring recharging facilities as specified. 1

3.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

3.2.5 All necessary auxiliary fittings and interlocks. 1 set

3.2.6 Circuit label, left blank. 1

3.2.7 Non-resettable circuit breaker operations counter. 1

Page 108: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 108 of 232

Number Description Number required

per bay

4. AIS 1250A BUSBAR RISER PANEL ((Items A1.4)(Items B1.4))

4.1 Busbar Riser panels shall be RHS panels (ie Standard busbars to RHS of Busbar Metering panel, Bus-Section to LHS). Each Busbar Riser Panel shall include:

4.1.1 Sheet metal busbar riser chamber containing three riser 1250 A busbars with approved insulation supported in air by means of approved insulators, complete with specified accessories, but excluding loose busbars for connection to adjacent panels.

1

4.1.2 Gas ducting for internal arc overpressure relief 1 set

4.1.3 Sheet metal control/relay panel fitted with: 1

4.1.3.1 Circuit label, left blank. 1

4.1.3.2 Indication lamps (LED). 1

4.1.4 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

4.1.5 Anti-condensation panel heaters. 1 set

4.1.6 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

5. AIS 1250A BUSBAR EARTHING PANEL ((Items A1.5), (ItemsB1.5))

5.1 Each Busbar Earthing Panel shall include:

5.1.1 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, complete with specified accessories, but excluding busbars.

1

5.1.2 An integral fault make busbar earth switch with Castell Key interlocked operating mechanism. 1

5.1.3 Gas ducting for internal arc overpressure relief 1 set

5.1.4 Sheet metal control/relay panel fitted with: 1

5.1.4.1 Circuit label, left blank. 1

5.1.4.2 Busbar earth switch interlock solenoid with captive Castell Key 1

5.1.4.3 Push button release for Castell Key solenoid 1

5.1.4.4 Indication lamps (LED). 1

5.1.4.5 Facilities on control / relay compartment suitable for terminating the multicore cables

5.1.5 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

5.1.6 Anti-condensation panel heaters. 1 set

5.1.7 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

6. AIS MAIN SUBSTATION FEEDER PANEL (1250A BUSBARS) ((Items A1.6 )(Items B1.6) )

6.1 The fixed portion of each Feeder Panel shall include:

6.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

6.1.2 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with

Page 109: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 109 of 232

Number Description Number required

per bay

three 630 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

6.1.3 Sheet metal current transformer chamber with three 630 A isolating contacts and associated bushings, three cable-side bushings, and containing current transformers as follows:

1

6.1.3.1 Current transformers, ratio 400/300/5 Class PX for Solkor Rf feeder protection as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

6.1.3.2 Current transformers, ratio 400/5, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

6.1.4 Integral fault make cable earth switch. 1

6.1.5 Capacitive-divider voltage sensing device for voltage detection system and electrical phasing-out. 1 set

6.1.6 Segregated cable dividing box fitted with tapered brass gland and clamp suitable for making off a 3-core PILC cable of cross-section up to 300 mm² by means of dry type cable terminations and one circuit label left blank. 1

6.1.7 Gas ducting for internal arc overpressure relief 1 set

6.1.8 Sheet metal control/relay panel fitted with: 1

6.1.8.1 Circuit label, left blank. 1

6.1.8.2 Housing including all associated wiring terminated onto a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted Solkor Rf relay insulated for 5 kV as specified EXCLUDING the relay. 1

6.1.8.3 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

6.1.8.4 Provision for the mounting of REA 107 Arc Detection Relay, including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, suitable for retrofitting of the relay but EXCLUDING the relay. 1

6.1.8.5 Busbar blocking scheme, as specified 1

6.1.8.6 Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

6.1.8.7 MDI ammeter scaled 0-600 A. 1

6.1.8.8 Current Transducer as specified on drawing PRP 1 sheet 1. 1

6.1.8.9 Supervisory trip, close and indication relays as specified. 1 set

6.1.8.10 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

6.1.8.11 Lockable Local / Remote selector switch 1

6.1.8.12 Lockable push button for trip testing via the protection circuit 1

6.1.8.13 Indication lamps (LED). 4

6.1.8.14 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

6.1.8.15 Genwest type PK-2 4-way test blocks 2

6.1.8.16 Facilities on control / relay compartment suitable for terminating the specified multicore cables

Page 110: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 110 of 232

Number Description Number required

per bay

6.1.9 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

6.1.10 Anti-condensation panel heaters. 1 set

6.1.11 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

6.2 The removable portion of each Main Substation feeder panel (1250A busbars) shall include:

6.2.1 Three phase 110 Vdc 630 A circuit breaker. 1

6.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

6.2.3 Motorised and manual spring recharging facilities as specified. 1

6.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

6.2.5 All necessary auxiliary fittings and interlocks. 1 set

6.2.6 Circuit label, left blank. 1

6.2.7 Non-resettable circuit breaker operations counter. 1

7. AIS MAIN SUBSTATION 1250A INCOMER PANEL ((Items A1.7)(ItemsB1.7))

7.1 The fixed portion of each Feeder Panel shall include:

7.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

7.1.2 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with three 1250 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

7.1.3 Sheet metal current transformer chamber with three 1250 A isolating contacts and associated bushings, three cable-side bushings, and containing current transformers as follows:

1

7.1.3.1 Current transformers, ratio 1250/1 Class PXfor transformer differential protection as specified and with the secondary windings brought out to a Genwest type PK-2 4-way test block.

3; R,W & B ø

7.1.3.2 Current transformers, ratio 1250/1, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-way test block.

3; R,W & B ø

7.1.3.3 Current transformers, ratio 1250/1, 10 VA output per phase, Class 0,2S for metering as specified and with the secondary windings brought out to SecuControl 20-way test block.

3; R,W & B ø

7.1.4 Sheet metal voltage transformer chamber for a circuit connected removable voltage transformer including all necessary auxiliary fittings, interlocks, shutters and VT fuse protection and with the secondary windings brought out to SecuControl 20-way test block EXCLUDING the voltage transformer. 1

7.1.5 Integral fault make cable earth switch. 1

7.1.6 Capacitive-divider voltage sensing device for voltage detection system and electrical phasing-out 1 set

7.1.7 Segregated cable dividing box for making off single-core PILC cables of cross-section up to 500 mm2 (3 single-core cables per phase), including glands, lugs and connectors. 1

Page 111: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 111 of 232

Number Description Number required

per bay

7.1.8 Gas ducting for internal arc overpressure relief 1 set

7.1.9 Sheet metal control/relay panel fitted with: 1

7.1.9.1 Circuit label, left blank. 1

7.1.9.2 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 3-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

7.1.9.3 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL-734 integrating watt-hour meter, EXCLUDING the meter.

1

7.1.9.4 Busbar blocking scheme, as specified 1

7.1.9.5 Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

7.1.9.6 MDI ammeter scaled 0-1600 A 1

7.1.9.7 Voltmeter with dial plate scaled 7 to 13,5 kV. 1

7.1.9.8 Current, Voltage, kW and kVAr Transducers as specified on drawing DR 2732. 1

7.1.9.9 Supervisory trip, close and indication relays as specified. 1 set

7.1.9.10 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

7.1.9.11 Lockable Local / Remote selector switch 1

7.1.9.12 Lockable push button for trip testing via the protection circuit 1

7.1.9.13 Indication lamps (LED). 4

7.1.9.14 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

7.1.9.15 Genwest type PK-2 4-way test blocks 2

7.1.9.16 SecuControl 20-way test block 1

7.1.9.17 Facilities on control / relay compartment suitable for terminating the multicore cables

7.1.10 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

7.1.11 Anti-condensation panel heaters. 1 set

7.1.12 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

7.2 The removable portion of each Main Substation 1250A Incomer panel shall include:

7.2.1 Three phase 110 Vdc 1250 A circuit breaker. 1

7.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

7.2.3 Motorised and manual spring recharging facilities as specified. 1

7.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

7.2.5 All necessary auxiliary fittings and interlocks. 1 set

7.2.6 Circuit label, left blank. 1

7.2.7 Non-resettable circuit breaker operations counter. 1

Page 112: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 112 of 232

Number Description Number required

per bay

8. AIS MAIN SUBSTATION 1250A BUS-SECTION PANEL ((Items A1.8 (ItemsB1.8))

8.1 Bus-section panels shall be LHS panels (ie Standard busbars to LHS of Bus-section panel, Busbar Riser panel to RHS). The fixed portion of each Feeder Panel shall include:

8.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

8.1.2 Sheet metal upper busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with three 1250 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

8.1.3 Sheet metal lower busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, with three 1250 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

8.1.4 Integral fault make busbar earth switch for RHS of Switch Board with Castell Key interlocked operating mechanism. 1

8.1.5 Gas ducting for internal arc overpressure relief 1 set

8.1.6 Sheet metal control/relay panel fitted with: 1

8.1.6.1 Circuit label, left blank. 1

8.1.6.2 Provision for the mounting of REA 101 Arc Detection Relay for the right hand side of the Switchboard, including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, suitable for retrofitting of the relay but EXCLUDING the relay. 1

8.1.6.3 Arc Detection Reset Push Button 1

8.1.6.4 Busbar blocking scheme, as specified

8.1.6.5 Supervisory trip, close and indication relays as specified. 1 set

8.1.6.6 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

8.1.6.7 Lockable Local / Remote selector switch 1

8.1.6.8 Lockable push button for trip testing via the protection circuit 1

8.1.6.9 Indication lamps (LED). 4

8.1.6.10 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

8.1.6.11 Busbar earth switch interlock solenoid with captive Castell Key 1

8.1.6.12 Push button release for Castell Key solenoid 1

8.1.6.13 Facilities on control / relay compartment suitable for terminating the multicore cables

8.1.7 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

8.1.8 Anti-condensation panel heaters. 1 set

8.1.9 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

8.2 The removable portion of each Main Substation 1250 A Bus Section panel shall include:

8.2.1 Three phase 110 Vdc 1250 A circuit breaker. 1

Page 113: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 113 of 232

Number Description Number required

per bay

8.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

8.2.3 Motorised and manual spring recharging facilities as specified. 1

8.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

8.2.5 All necessary auxiliary fittings and interlocks. 1 set

8.2.6 Circuit label, left blank. 1

8.2.7 Non-resettable circuit breaker operations counter. 1

9. AIS MAIN SUBSTATION 1250A BUSBAR RISER PANEL ((Item A1.9 (Items B1.9))

9.1 Busbar Riser panels shall be RHS panels (ie Standard busbars to RHS of Busbar Metering panel, Bus-Section to LHS). Each Busbar Riser Panel shall include:

9.1.1 Sheet metal busbar riser chamber containing three riser 1250 A busbars with approved insulation supported in air by means of approved insulators, complete with specified accessories, but excluding loose busbars for connection to adjacent panels.

1

9.1.2 Gas ducting for internal arc overpressure relief 1 set

9.1.3 Sheet metal control/relay panel fitted with: 1

9.1.3.1 Circuit label, left blank. 1

9.1.3.2 Indication lamps (LED). 1

9.1.4 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

9.1.5 Anti-condensation panel heaters. 1 set

9.1.6 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

10. AIS MAIN SUBSTATION 1250A BUSBAR EARTH PANEL ((Item A1.10((ItemB1.10 ))

10.1 Each Busbar Earthing Panel shall include:

10.1.1 Sheet metal busbar chamber suitable for three 1250 A busbars with approved insulation supported in air by means of approved insulators, complete with specified accessories, but excluding busbars.

1

10.1.2 An integral fault make busbar earth switch with Castell Key interlocked operating mechanism. 1

10.1.3 Gas ducting for internal arc overpressure relief 1 set

10.1.4 Sheet metal control/relay panel fitted with: 1

10.1.4.1 Circuit label, left blank. 1

10.1.4.2 Provision for the mounting of REA 101 Arc Detection Relay for the left hand side of the switchboard, inc4-wayluding all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, suitable for retrofitting of the relay but EXCLUDING the relay. 1

10.1.4.2 Arc Detection Reset Push Button 1

10.1.4.3 Busbar earth switch interlock solenoid with captive Castell Key 1

10.1.4.4 Push button release for Castell Key solenoid 1

10.1.4.5 Indication lamps (LED). 1

Page 114: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 114 of 232

Number Description Number required

per bay

10.1.4.6 Facilities on control / relay compartment suitable for terminating the multicore cables.

10.1.5 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

10.1.6 Anti-condensation panel heaters. 1 set

10.1.7 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

11. AIS MAIN SUBSTATION FEEDER PANEL (2500A BUSBARS) (Item A1.11)

11.1 The fixed portion of each Feeder Panel shall include:

11.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

11.1.2 Sheet metal busbar chamber suitable for three 2500 A busbars with approved insulation supported in air by means of approved insulators, with three 630 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

11.1.3 Sheet metal current transformer chamber with three 630 A isolating contacts and associated bushings, three cable-side bushings, and containing current transformers as follows:

1

11.1.3.1 Current transformers, ratio 400/300/5 Class PX for Solkor Rf feeder protection as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

11.1.3.2 Current transformers, ratio 400/5, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

11.1.4 Integral fault make cable earth switch. 1

11.1.5 Capacitive-divider voltage sensing device for voltage detection system and electrical phasing-out. 1 set

11.1.6 Segregated cable dividing box fitted with tapered brass gland and clamp suitable for making off a 3-core PILC cable of cross-section up to 300 mm² by means of dry type cable terminations and one circuit label left blank. 1

11.1.7 Gas ducting for internal arc overpressure relief 1 set

11.1.8 Sheet metal control/relay panel fitted with: 1

11.1.8.1 Circuit label, left blank. 1

11.1.8.2 Housing including all associated wiring terminated onto a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted Solkor Rf relay insulated for 5 kV as specified EXCLUDING the relay. 1

11.1.8.3 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified excluding the relay. 1

11.1.8.4 Provision for the mounting of REA 107 Arc Detection Relay, including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, suitable for retrofitting of the relay but EXCLUDING the relay. 1

11.1.8.5 Busbar blocking scheme, as specified 1

11.1.8.6 Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

11.1.8.7 MDI ammeter scaled 0-600 A. 1

Page 115: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 115 of 232

Number Description Number required

per bay

11.1.8.8 Current Transducer as specified on drawing PRP 1 sheet 1. 1

11.1.8.9 Supervisory trip, close and indication relays as specified. 1 set

11.1.8.10 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

11.1.8.11 Lockable Local / Remote selector switch 1

11.1.8.12 Lockable push button for trip testing via the protection circuit 1

11.1.8.13 Indication lamps (LED). 4

11.1.8.14 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

11.1.8.15 Genwest type PK-2 4way test blocks 2

11.1.8.16 Facilities on control / relay compartment suitable for terminating the multicore cables

11.1.9 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

11.1.10 Anti-condensation panel heaters. 1 set

11.1.11 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

11.2 The removable portion of each Main Substation feeder panel (2500 A busbars) shall include:

11.2.1 Three phase 110 Vdc 630 A circuit breaker. 1

11.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

11.2.3 Motorised and manual spring recharging facilities as specified. 1

11.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

11.2.5 All necessary auxiliary fittings and interlocks. 1 set

11.2.6 Circuit label, left blank. 1

11.2.7 Non-resettable circuit breaker operations counter. 1

12. AIS MAIN SUBSTATION 2500A INCOMER PANEL (Item A1.12 )

12.1 The fixed portion of each Feeder Panel shall include:

12.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

12.1.2 Sheet metal busbar chamber suitable for three 2500 A busbars with approved insulation supported in air by means of approved insulators, with three 2500 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

12.1.3 Sheet metal current transformer chamber with three 2500 A isolating contacts and associated bushings, three cable-side bushings, and containing current transformers as follows:

1

12.1.3.1 Current transformers, ratio 2500/1 Class PXfor transformer differential protection as specified and with the secondary windings brought out to a Genwest type PK-2 4-way test block.

3; R,W & B ø

12.1.3.2 Current transformers, ratio 2500/1, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-way test block.

3; R,W & B ø

Page 116: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 116 of 232

Number Description Number required

per bay

12.1.3.3 Current transformers, ratio 2500/1, 10 VA output per phase, Class 0,2S for metering as specified and with the secondary windings brought out to SecuControl 20-way test block.

3; R,W & B ø

12.1.4 Sheet metal voltage transformer chamber for a circuit connected removable voltage transformer including all necessary auxiliary fittings, interlocks, shutters and VT fuse protection and with the secondary windings brought out to SecuControl 20-way test block EXCLUDING the voltage transformer. 1

12.1.5 Integral fault make cable earth switch. 1

12.1.6 Capacitive-divider voltage sensing device for voltage detection system and electrical phasing-out. 1 set

12.1.7 Segregated cable dividing box for making off single-core PILC cables of cross-section up to 500 mm2 (5 single-core cables per phase), including glands, lugs and connectors. 1

12.1.8 Gas ducting for internal arc overpressure relief 1 set

12.1.9 Sheet metal control/relay panel fitted with: 1

12.1.9.1 Circuit label, left blank. 1

12.1.9.2 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 3-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

12.1.9.3 Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL-734 integrating watt-hour meter, EXCLUDING the meter.

1

12.1.9.4 Busbar blocking scheme, as specified 1

12.1.9.5 Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

12.1.9.6 MDI ammeter scaled 0-3000 A. 1

12.1.9.7 Voltmeter with dial plate scaled 7 to 13,5 kV. 1

12.1.9.8 Current, Voltage, kW and kVAr Transducers as specified on drawing DR 2732. 1

12.1.9.9 Supervisory trip, close and indication relays as specified. 1 set

12.1.9.10 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

12.1.9.11 Lockable Local / Remote selector switch 1

12.1.9.12 Lockable push button for trip testing via the protection circuit 1

12.1.9.13 Indication lamps (LED). 4

12.1.9.14 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

12.1.9.15 Genwest type PK-2 4-way test blocks 2

12.1.9.16 SecuControl 20-way test block 1

12.1.9.17 Facilities on control / relay compartment suitable for terminating the multicore cables

12.1.10 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

12.1.11 Anti-condensation panel heaters. 1 set

Page 117: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 117 of 232

Number Description Number required

per bay

12.1.12 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

12.2 The removable portion of each Main Substation 2500A Incomer panel shall include:

12.2.1 Three phase 110 Vdc2500 A circuit breaker. 1

12.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

12.2.3 Motorised and manual spring recharging facilities as specified. 1

12.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

12.2.5 All necessary auxiliary fittings and interlocks. 1 set

12.2.6 Circuit label, left blank. 1

12.2.7 Non-resettable circuit breaker operations counter. 1

13. AIS MAIN SUBSTATION 2500A BUS-SECTION PANEL (Item A1.13 )

13.1 Bus-section panels shall be LHS panels (ie Standard busbars to LHS of Bus-section panel, Busbar Riser panel to RHS). The fixed portion of each Feeder Panel shall include:

13.1.1 Sheet metal circuit breaker chamber with positively driven safety shutter devices. 1

13.1.2 Sheet metal upper busbar chamber suitable for three 2500 A busbars with approved insulation supported in air by means of approved insulators, with three 2500 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

13.1.3 Sheet metal lower busbar chamber suitable for three 2500 A busbars with approved insulation supported in air by means of approved insulators, with three 2500 A isolating contacts and associated bushings, complete with specified accessories, but excluding busbars.

1

13.1.4 Integral fault make busbar earth switch for RHS of Switch Board with Castell Key interlocked operating mechanism. 1

13.1.5 Gas ducting for internal arc overpressure relief 1 set

13.1.6 Sheet metal control/relay panel fitted with: 1

13.1.6.1 Circuit label, left blank. 1

13.1.6.2 Provision for the mounting of REA 101 Arc Detection Relay for the right hand side of the Switchboard, including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, suitable for retrofitting of the relay but EXCLUDING the relay. 1

13.1.6.3 Arc Detection Reset Push Button 1

13.1.6.4 Busbar blocking scheme, as specified

13.1.6.5 Supervisory trip, close and indication relays as specified. 1 set

13.1.6.6 Lockable Trip / Off / Close Operating handle for electrical closing and tripping of the circuit breaker. 1

13.1.6.7 Lockable Local / Remote selector switch 1

13.1.6.8 Lockable push button for trip testing via the protection circuit 1

13.1.6.9 Indication lamps (LED). 4

13.1.6.10 Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

13.1.6.11 Busbar earth switch interlock solenoid with captive Castell Key 1

Page 118: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 118 of 232

Number Description Number required

per bay

13.1.6.12 Push button release for Castell Key solenoid 1

13.1.6.13 Facilities on control / relay compartment suitable for terminating the multicore cables

13.1.7 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

13.1.8 Anti-condensation panel heaters. 1 set

13.1.9 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

13.2 The removable portion of each Main Substation 2500 A Bus Section panel shall include:

13.2.1 Three phase 110 Vdc 2500 A circuit breaker. 1

13.2.2 Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified.

1

13.2.3 Motorised and manual spring recharging facilities as specified. 1

13.2.4 Manual, behind closed doors, circuit breaker racking facilities as specified 1

13.2.5 All necessary auxiliary fittings and interlocks. 1 set

13.2.6 Circuit label, left blank. 1

13.2.7 Non-resettable circuit breaker operations counter. 1

14. AIS MAIN SUBSTATION 2500A BUSBAR RISER PANEL (Item A1.14)

14.1 Busbar Riser panels shall be RHS panels (ie Standard busbars to RHS of Busbar Metering panel, Bus-Section to LHS). Each Busbar Riser Panel shall include:

14.1.1 Sheet metal busbar riser chamber containing three riser 2500 A busbars with approved insulation supported in air by means of approved insulators, complete with specified accessories, but excluding loose busbars for connection to adjacent panels.

1

14.1.2 Gas ducting for internal arc overpressure relief 1 set

14.1.3 Sheet metal control/relay panel fitted with: 1

14.1.3.1 Circuit label, left blank. 1

14.1.3.2 Indication lamps (LED). 1

14.1.4 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres.. 1 set

14.1.5 Anti-condensation panel heaters. 1 set

14.1.6 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

15. AIS MAIN SUBSTATION 2500A BUSBAR EARTH PANEL (Item A1.15)

15.1 Each Busbar Earthing Panel shall include:

15.1.1 Sheet metal busbar chamber suitable for three 2500 A busbars with approved insulation supported in air by means of approved insulators, complete with specified accessories, but excluding busbars.

1

15.1.2 An integral fault make busbar earth switch with Castell Key interlocked operating mechanism. 1

15.1.3 Gas ducting for internal arc overpressure relief 1 set

Page 119: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 119 of 232

Number Description Number required

per bay

15.1.4 Sheet metal control/relay panel fitted with: 1

15.1.4.1 Circuit label, left blank. 1

15.1.4.2 Provision for the mounting of REA 101 Arc Detection Relay for the left hand side of the Switchboard, including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, suitable for retrofitting of the relay but EXCLUDING the relay.

1

15.1.4.2 Arc Detection Reset Push Button 1

15.1.4.3 Busbar earth switch interlock solenoid with captive Castell Key 1

15.1.4.4 Push button release for Castell Key solenoid 1

15.1.4.5 Indication lamps (LED). 1

15.1.4.6 Facilities on control / relay compartment suitable for terminating the multicore cables

15.1.5 Provision for installation of arc detection fibres in busbar, current transformer, circuit breaker and cable compartments, EXCLUDING the fibres. 1 set

15.1.6 Anti-condensation panel heaters. 1 set

15.1.7 The fixed portion of each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

16. VOLTAGE TRANSFORMERS FOR AIS SWITCHGEAR

16.1 11000/√3//110/√3 V, 25 VA, Class 0,5 voltage transformers as specified for use with feeder metering panels. (SAP Mat No 200010683)

Lot

16.2 11000/√3//110/√3 V, 25 VA, Class 0,2 voltage transformers as specified for use with Main Substation Incomer panels.

Lot

17. CIRCUIT BREAKER TROLLEYS FOR AIS SWITCHGEAR

17.1 Circuit breaker trolley for 630A / 1250A circuit breaker, as detailed in the specification (Item A1.20 (SAP Mat No 200010685); (Item B1.14 (SAP Mat No TBA)) Lot

17.2 Circuit breaker trolley for 2500A circuit breaker, as detailed in the specification (Item A1.21 (SAP Mat No TBA) Lot

18. PRIMARY TEST TRUCKS FOR AIS SWITCHGEAR

As detailed in the Specification. Lot

19. GIS DISTRIBUTION FEEDER PANEL (Item C1.1 )

Indoor metal enclosed, fixed pattern, single busbar, SF6 insulated switchgear with a continuous current rating of 630 A and a busbar rating of 1250 A, wired for 30 Vdc auxiliary voltage and suitably labelled, comprising:

19.1. Sheet metal busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars to approval, complete with suitable bushings for in-line or external busbar connections as provided for by the particular switchgear design.

1

19.2. SF6 insulated compartment comprising:

19.2.1. Three position 3-pole Disconnector/Earth switch, motor and hand operated, complete. 1

19.2.2. 630 A 3-pole Circuit breaker, complete with motorised spring recharging facilities as specified. 1

19.2.3. Test facilities to provide for primary current injection through the CTs into cable, suitably interlocked 1 set

19.3. Gas ducting for internal arc overpressure relief 1 set

Page 120: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 120 of 232

Number Description Number required

per bay

19.4. Sheet metal suitably interlocked cable termination chamber with three Type C cable termination bushings with cast resin current transformers over the Type C Bushings as follows:

1

19.4.1. Current transformers, ratio 400/300/5 Class PX for Solkor Rf feeder protection as specified and with the secondary windings brought out to a Genwest type PK-2 4-way test block.

3; R,W & B ø

19.4.2. Current transformers, ratio 400/5, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-way test block.

3; R,W & B ø

19.4.3. Split base gland plate with tapered brass gland and clamp suitable for making off a 3-core PILC cable of cross-section up to 300 mm² by means of dry type cable terminations and one circuit label left blank. 1

19.5. Sheet metal control/relay panel fitted with: 1

19.5.1. Circuit label, left blank. 1

19.5.2. Internal lamp and door switch. 1

19.5.3. Housing including all associated wiring terminated onto a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted Solkor Rf relay insulated for 5 kV as specified EXCLUDING the relay. 1

19.5.4. Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

19.5.5. Capacitive Divider based Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

19.5.6. MDI ammeter scaled 0-600 A. 1

19.5.7. Current Transducer as specified on drawing PRP 1 sheet 1. 1

19.5.8. Supervisory trip, close and indication relays as specified. 1 set

19.5.9. Lockable Local / Remote selector switch 1

19.5.10. Lockable push button for trip testing via the protection circuit 1

19.5.11. Interlocked and lockable local operation facilities for:

19.5.11.1. Circuit breaker opening and closing,by means of Trip / Off / Close Operating handle or Trip/Close pushbuttons for electrical closing and tripping of the circuit breaker. 1

19.5.11.2. Three position disconnector/earthing switch operation, both mechanically and electrically. 1

19.5.11.3. Circuit breaker manual spring charging 1

19.5.12. Mimic of primary circuit and mechanically driven position indications for each device. 1 set

19.5.13. Spring Charge indication for spring assisted mechanisms 1 set

19.5.14. Indication lamps (LED) 1 set

19.5.15. SF6 Gas Density monitoring, indication and alarm system 1 set

19.5.16. Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

19.5.17. Genwest type PK-2 4-way test blocks 2

19.5.18. Facilities on control / relay compartment suitable for terminating the multicore cables.

19.6. Over-pressure based arc detection for gas insulated compartments 1 set

Page 121: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 121 of 232

Number Description Number required

per bay

19.7. Provision for installation of arc detection fibres in air insulated compartments, EXCLUDING the fibres. 1 set

19.8. Anti-condensation panel heaters 1 set

19.9. VDS Capacitive dividers 1 set

19.10. Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified. As specified

19.11. All necessary auxiliary fittings and interlocks. 1 set

19.12. Non-resettable circuit breaker operations counter. 1

19.13. Each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

20. GIS DISTRIBUTION FEEDER METERING PANEL (Item C1.2 )

Indoor metal enclosed, fixed pattern, single busbar, SF6 insulated switchgear with a continuous current rating of 630 A and a busbar rating of 1250 A, wired for 30 Vdc auxiliary voltage and suitably labelled, comprising:

20.1. Sheet metal busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars to approval, complete with suitable bushings for in-line or external busbar connections as provided for by the particular switchgear design.

1

20.2. SF6 insulated compartment comprising:

20.2.1. Three position 3-pole Disconnector/Earth switch, motor and hand operated, complete. 1

20.2.2. 630 A 3-pole Circuit breaker, complete with motorised spring recharging facilities as specified. 1

20.2.3. Test facilities to provide for primary current injection through the CTs into cable, suitably interlocked 1 set

20.3. Gas ducting for internal arc overpressure relief 1 set

20.4. Sheet metal cable termination chamber suitably interlocked, containing the following:

1

20.4.1. Circuit connected plug-in type 11000/√3//110/√3 V, 15VA Class 0.5voltage transformers with series isolating device including all necessary auxiliary fittings, interlocks, shutters and VT fuse protection INCLUDING the voltage transformers. 3; R,W & B ø

20.4.2. Split base gland plate with tapered brass gland and clamp suitable for making off a 3-core PILC cable of cross-section up to 300 mm² by means of dry type cable terminations and one circuit label left blank. 1

20.4.3. Three Type C cable termination bushings with cast resin current transformers over the Type C bushings as follows: 3

20.4.3.1. Current transformers, ratio 400/200/5, 10 VA output per phase, Class 0,5S for metering as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

20.4.3.2. Current transformers, ratio 400/5, 10 VA output per phase, Class 5P10 for overcurrent and earth fault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

20.5. Sheet metal control/relay panel fitted with: 1

20.5.1. Circuit label, left blank. 1

20.5.2. Internal lamp and door switch. 1

Page 122: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 122 of 232

Number Description Number required

per bay

20.5.3. Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

20.5.4. Capacitive Divider based Voltage Detection System (VDS) Indication and electrical phasing-out unit 1

20.5.5. MDI ammeter scaled 0-600 A. 1

20.5.6. Current and Voltage Transducers as specified on drawing PRP 1 sheet 1. 1

20.5.7. Supervisory trip, close and indication relays as specified. 1 set

20.5.8. Lockable Local / Remote selector switch 1

20.5.9. Lockable push button for trip testing via the protection circuit 1

20.5.10. Interlocked and lockable local operation facilities for: 1 set

20.5.10.1. Circuit breaker opening and closing, by means of Trip / Off / Close Operating handle or Trip/Close pushbuttons for electrical closing and tripping of the circuit breaker.

20.5.10.2. Three position disconnector/earthing switch operation, both mechanically and electrically.

20.5.10.3. Circuit breaker manual spring charging

20.5.11. Mimic of primary circuit and mechanically driven position indications of each device. 1 set

20.5.12. Spring Charge indication for spring assisted mechanisms 1 set

20.5.13. Indication lamps (LED) 1 set

20.5.14. SF6 Gas Density monitoring, indication and alarm system 1 set

20.5.15. Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

20.5.16. Genwest type PK-2 4-way test blocks 2

20.5.17. Facilities on control / relay compartment suitable for terminating the multicore cables.

20.6. Over-pressure based arc detection for gas insulated compartments 1 set

20.7. Provision for installation of arc detection fibres in air insulated compartments, EXCLUDING the fibres. 1 set

20.8. Anti-condensation panel heaters. 1 set

20.9. VDS Capacitive dividers 1 set

20.10. Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified. As specified

20.11. All necessary auxiliary fittings and interlocks. 1 set

20.12. Non-resettable circuit breaker operations counter. 1

20.13. Each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

21. GIS DISTRIBUTION BUS-SECTION PANEL (Item C1.3)

NOTE: Bus-section and busbar riser functionality may be provided in a single dual-panel block or in two separate switch-panels. Where combined, the full bus-section and busbar riser functionality defined below shall be provided in the single dual-panel block.

Page 123: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 123 of 232

Number Description Number required

per bay

Bus-section panels that do not have busbar riser incorporated shall be LHS panels (ie Standard busbars to LHS of Bus-section panel, Busbar Riser panel to RHS). Each panel shall comprise: Indoor metal enclosed, fixed pattern, single busbar, SF6 insulated switchgear with a continuous current rating of 1250 A and a busbar rating of 1250 A, wired for 30 Vdc auxiliary voltage and suitably labelled, comprising:

21.1. Sheet metal upper busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars, complete with suitable bushings for in-line or external busbar connections to LHS.

1

21.2. Sheet metal lower busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars, complete with suitable bushingsfor in-line or external busbar connections to RHS, and containing air insulated cast resin current transformers as follows: 1

21.2.1. Current transformers, ratio 1250/5, 10 VA output per phase, Class 5P10 for overcurrent and earthfault protection and operation of the ammeter as specified and with the secondary windings brought out to a Genwest type PK-2 4-waytest block.

3; R,W & B ø

21.3. SF6 insulated enclosure comprising:

21.3.1. Three position 3-pole Disconnector/Earth switch, motor and hand operated, complete. 1

21.3.2. 1250 A 3-pole Circuit breaker, complete with motorised spring recharging facilities as specified. 1

21.4. Gas ducting for internal arc overpressure relief 1 set

21.5. Sheet metal control/relay panel fitted with: 1

21.5.1. Circuit label, left blank. 1

21.5.2. Internal lamp and door switch. 1

21.5.3. Housing including all associated wiring terminated on a fixed dummy terminal board, spaced and drilled, including relay cut-out blanking plates, suitable for retrofitting of a flush mounted SEL 751A 2-pole overcurrent and 1-pole earth fault relay as specified EXCLUDING the relay.

1

21.5.4. MDI ammeter scaled 0-1600 A. 1

21.5.5. Current Transducer as specified on drawing PRP 1 sheet 1. 1

21.5.6. Supervisory trip, close and indication relays as specified. 1 set

21.5.7. Lockable Local / Remote selector switch 1

21.5.8. Lockable push button for trip testing via the protection circuit 1

21.5.9. Interlocked and lockable local operation facilities for:

21.5.9.1. Circuit breaker opening and closing,by means of Trip / Off / Close Operating handle or Trip/Close pushbuttons for electrical closing and tripping of the circuit breaker. 1

21.5.9.2. Three position disconnector/earthing switch operation, both mechanically and electrically. 1

21.5.9.3. Circuit breaker manual spring charging 1

21.5.10. Mimic of primary circuit and mechanically driven position indications of each device. 1 set

21.5.11. Spring Charge indication for spring assisted mechanisms 1 set

Page 124: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 124 of 232

Number Description Number required

per bay

21.5.12. Indication lamps (LED) 1 set

21.5.13. Castell Key busbar mechanical interlock system for earthing of busbars on RHS of switchboard, comprising busbar earth switch interlock solenoid with captive Castell Key, and push button release for Castell Key Solenoid. 1 set

21.5.14. SF6 Gas Density monitoring, indication and alarm system 1 set

21.5.15. Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device 1

21.5.16. Genwest type PK-2 4-waytest block 1

21.5.17. Facilities on control / relay compartment suitable for terminating the multicore cables.

21.6. Over-pressure based arc detection for gas insulated compartments 1 set

21.7. Provision for installation of arc detection fibres in air insulated compartments, EXCLUDING the fibres. 1 set

21.8. Anti-condensation panel heaters. 1 set

21.9. Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified. As specified

21.10. All necessary auxiliary fittings and interlocks. 1 set

21.11. Non-resettable circuit breaker operations counter. 1

21.12. Each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

22. GIS DISTRIBUTION BUSBAR RISER PANEL (Item C1.4)

Busbar Riser panels (where Bus-section panels do not have busbar riser incorporated) shall be RHS panels (ie Standard busbars to RHS of Busbar Metering panel, Bus-Section panel to LHS). Each Panel shall comprise: Indoor metal enclosed, single busbar, SF6 insulated switchgear with a continuous current rating of 1250 A, wired for 30 Vdc auxiliary voltage and suitably labelled comprising:

22.1. Sheet metal upper busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars, complete with suitable bushings for in-line or external busbar connections to RHS.

1

22.2. Sheet metal lower busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars, complete with suitable bushings for in-line or external busbar connections to LHS. 1

22.3. SF6 insulated compartment comprising:

22.3.1. Three position 3-pole Disconnector/Earth switch, motor and hand operated, complete. 1

22.4. Gas ducting for internal arc overpressure relief 1

22.5. Sheet metal control/relay panel fitted with:

22.5.1. Circuit label, left blank. 1

22.5.2. Internal lamp and door switch. 1

22.5.3. Supervisory open, close and indication relays as specified. 1 set

22.5.4. Lockable Local / Remote selector switch 1

Page 125: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 125 of 232

Number Description Number required

per bay

22.5.5. Interlocked and lockable local operation facilities for:

22.5.5.1. Three position disconnector/earthing switch operation, both mechanically and electrically. 1

22.5.6. Mimic of primary circuit and mechanically driven position indications of each device. 1

22.5.7. Indication lamps (LED) 1 set

22.5.8. Castell Key busbar mechanical interlock system for earthing of busbars on LHS of switchboard, comprising busbar earth switch interlock solenoid with captive Castell Key, and push button release for Castell Key Solenoid. 1 set

22.5.9. SF6 Gas Density monitoring, indication and alarm system 1 set

22.5.10. Facilities on control / relay compartment suitable for terminating the multicore cables.

22.6. Over-pressure based arc detection for gas insulated compartments 1 set

22.7. Provision for installation of arc detection fibres in air insulated compartments, EXCLUDING the fibres. 1 set

22.8. Anti-condensation panel heaters.

22.9. Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified. As specified

22.10. All necessary auxiliary fittings and interlocks. 1 set

22.11. Each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

23. GIS DISTRIBUTION BUSBAR EARTHING PANEL (Item C1)

Each Panel shall comprise: Indoor metal enclosed, single busbar, SF6 insulated switchgear with a continuous current rating of 1250 A, wired for 30 Vdc auxiliary voltage and suitably labelled comprising:

23.1. Sheet metal busbar chamber containing three 1250 A gas insulated or fully screened solid insulated busbars to approval, complete with suitable bushings for in-line or external busbar connections as provided for by the particular switchgear design. 1

23.2. SF6 insulated compartmentcomprising:

23.2.1. 1250 A 3-pole Circuit breaker, complete with motorised spring recharging facilities,and earth switch, motor and hand operated, completeas specifiedOR High speed fault make busbar earth switch 1

23.3. Gas ducting for internal arc overpressure relief 1

23.4. Sheet metal control/relay panel fitted with:

23.4.1. Circuit label, left blank. 1

23.4.2. Internal lamp and door switch. 1

23.4.3. Supervisory indication relays as specified. 1 set

23.4.4. Lockable Local / Remote selector switch 1

23.4.5. Interlocked and lockable local operation facilities for: 1 set

23.4.5.1. Manual operation of high speed busbar earth switch, where applicable, OR 1 set

23.4.5.2. Circuit breaker opening and closing, by means of Trip / Off / Close Operating handle or Trip/Close pushbuttons for electrical closing and tripping of the circuit breaker, where applicable 1 set

23.4.5.3. Earthing switch operation, mechanical and electrical, where applicable. 1 set

Page 126: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 126 of 232

Number Description Number required

per bay

23.4.5.4. Circuit breaker manual spring charging, where applicable. 1 set

23.4.6. Mimic of primary circuit and mechanically driven position indications of each device. 1 set

23.4.7. Spring Charge indication for spring assisted mechanisms 1 set

23.4.8. Indication lamps (LED). 1 set

23.4.9. Castell Key busbar mechanical interlock system for earthing of busbars, comprising busbar earth switch interlock solenoid with captive Castell Key, and push button release for Castell Key Solenoid. 1 set

23.4.10. SF6 Gas Density monitoring, indication and alarm system 1 set

23.4.11. Lockable Milspec type Cannon plug socket for interface with hand held remote close and trip device. 1

23.4.12. Facilities on control / relay compartment suitable for terminating the multicore cables.

23.4.13. Anti-condensation panel heaters. 1 set

23.4.14. Sets of auxiliary contacts for indicating and operating circuits, supervisory indication and spares as specified. As specified

23.4.15. All necessary auxiliary fittings and interlocks. 1 set

23.4.16. Each panel shall be complete including all frameworks, locking-off doors, multicore cable glands, trunking and wiring, erection material and all necessary fittings. 1 set

24. EXHAUST DUCT - INDOOR

The exhaust required for the exhausting of the hot gases from within the switchboard arc ducting plenum into the switchroom’s indoor plenum room, complete with joints, ducts and angled end piece, length based upon the specified distance from rear of switchboard to switchroom rear wall, and including provision for a 330mm indoor plenum room wall.

Per Switchboard, as specified and

tested by Manufacturer

25. EXHAUST DUCT – OUTDOOR

The exhaust required for the exhausting of the hot gases from within the switchboard arc ducting plenum out of the switchroom to an outdoor yard, complete with joints, ducts and powder coated 3CR12 angled end piece, length based upon the specified distance from rear of switchboard to switchroom rear wall, and including provision for a 300mm switch room outside wall.

Per Switchboard, as specified and

tested by Manufacturer

26. INTERNAL EXHAUST EXTENSION PIECES

Mild steel exhaust extension pieces for indoor exhaust extensions.

As required, per Works Project

27. EXTERNAL EXHAUST EXTENSION PIECES

Powder coated 3CR12 exhaust extension pieces for outdoor exhaust extensions.

As required, per Works Project

28. PRIMARY TEST EQUIPMENT

Page 127: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 127 of 232

Number Description Number required

per bay

Primary high voltage test probes for GIS Switchgear as detailed in the Specification. Primary current injection test probes for GIS Switchgear as detailed in the Specification. Lot, as required

1. Recommended Spares for Switchgear A comprehensive list stating descriptions of every different part which could be considered as a possible spare, including, but not limited to, consumable spares, replacement bottles of SF6 gas and mechanical spares recommended below: The list of spares shall be completed by the Tenderer. Each item of the spares in a case shall be suitably identified by means of a metal label and a parts list complete with diagrams showing the application of all parts supplied shall be provided with the spares. Lot, as required

2. Special Tools and Equipment as Offered A comprehensive list stating descriptions of every different part which could be considered as a possible spare, including, but not limited to, consumable spares, replacement bottles of SF6 gas, tools required for installation of switchgear, tools required for installation of busbars, tools required to withdraw VT and mechanical spares recommended below: The list of spares shall be completed by the Tenderer. Each item of the spares in a case shall be suitably identified by means of a metal label and a parts list complete with diagrams showing the application of all parts supplied shall be provided with the spares.

Lot, as required

Page 128: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 128 of 232

TENDER SPECIFICATION

SPECIFICATION FOR

12 kV METAL-ENCLOSED RING MAIN UNITS AND COMPACT SWITCHGEAR

AND BULK METERING UNITS 1 SCOPE OF SPECIFICATION This specification provides for the manufacture, testing, supply and delivery of 12 kV

metal-enclosed ring main units for both indoor and outdoor installation.

2 NORMATIVE REFERENCES

The following documents contain provisions that, through reference in the

text, constitute requirements of this specification. At the time of publication, the editions indicated were valid. For dated references only, the edition cited applies. For undated references, the latest edition (including amendments) applies. Information on currently valid national and international standards can be obtained from the South African Bureau of Standards.

2.1 BS 7215 - Separable insulated cable connector system above 1 kV

and up to 36 kV 2.2 EN 50181 - Plug-in type bushings above 1 kV up to 36 kV and from

250 A to 1,25 kA, for equipment other than liquid filled transformers.

2.3 IEC 60255-1 - Measuring relays and protection equipment – Part 1:

Common requirements

IEC 60255-151 - Measuring relays and protection equipment – Part 151: Functional requirements for over / under current protection

IEC 60376 - Specification of technical grade sulphur hexafluoride (SF6) for use in electrical equipment

IEC 60787 - Application guide for the selection of high-voltage current-limiting fuses for transformer circuit applications

2.4 NRS 012 - Cable 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.

NRS 053 - Accessories for medium-voltage power cables (3,8/6,6 kV to 19/33 kV)

2.5 SANS 97 - Electric cables - Impregnated paper-insulated metal-

sheathed cables for rated voltages 3,3/3,3 kV to 19/33 kV (excluding pressure assisted cables)

SANS 630 - Decorative high gloss enamel paint for interior and

Page 129: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 129 of 232

exterior use

SANS 780 - Distribution transformers

SANS 1091 - National colour standards for paint

SANS 1186-1 - Symbolic safety signs Part 1 : Standard signs and general requirements

SANS 1507-2 - Electrical cables with extruded solid dielectric insulation for fixed installation (300/500 V to 1 900/ 3 300) Part 2: Wiring Cables

SANS 1874 - Metal enclosed ring main units for rated ac voltages above 1 kV and up to and including 36 kV

SANS 9001 - Quality management systems - Requirements

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

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

SANS 60137 - Insulated bushings for alternating voltages above 1 000 V

SANS 60265-1 - High-voltage switches Part 1: Switches for rated voltages above 1 kV and less than 52 kV

SANS 60270 - High-voltage test techniques - Partial discharge measurements

SANS 60282-1 - High-voltage fuses Part 1: Current limiting fuses

SANS 60529 - Degree of Protection provided by Enclosures (IP Code)

SANS 60815-1 - Selection and dimensioning of high-voltage insulators intended for use in polluted conditions Part 1: Definitions, information and general principles

SANS 61238-1 - Compression and mechanical connectors for power cables for rated voltages up to 30 kV (Um = 36 kV) Part 1: Test methods and requirements

SANS 61243-5 - Live working – Voltage detectors Part 5: Voltage detecting systems (VDS)

SANS 62271-1 - High-voltage switchgear and controlgear Part 1: Common specifications

SANS 62271-100 - High-voltage switchgear and controlgear Part 100: Alternating-current circuit-breakers

SANS 62271-102 - High-voltage switchgear and control-gear – Alternating current disconnectors and earthing switches

SANS 62271-105 - High-voltage switchgear and control-gear – Alternating current switch-fuse combinations

Page 130: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 130 of 232

SANS 62271-200 - High-voltage switchgear and control-gear – AC metal enclosed switchgear and control-gear for voltages above 1 kV and up to and including 52 kV

SANS 62271-202 - High-voltage switchgear and control-gear – High voltage / low voltage prefabricated substation

2.6 Tenderers offering equipment to standards other than those mentioned above

might be considered provided it is clearly indicated in which respects the equipment offered does not comply and the likely consequences of such non-compliance.

3 GENERAL

3.1 Service Conditions

3.1.1 The equipment will be connected to a 50 Hz, three-phase system having a

maximum fault level of 20 KA and a nominal voltage of 11kV . 3.1.2 Ring main units for outdoor installation shall be suitable for outdoor all-weather

use at sea-level and furthermore be suitable for installation in areas classified as Pollution Level III (Heavy) in accordance with SANS 60815 due to close proximity to the sea and exposure to strong onshore winds.

3.1.3 Ring main units and compact switchgear for indoor installation shall be suitable for

installation in areas classified as Pollution Level III (Heavy) in accordance with SANS 60815 due to substation switch-room locations in close proximity to the sea and with exposure to strong onshore winds.

3.1.4 The highest ambient temperature commonly experienced is 40ºC and the lowest

-5ºC. Relative humidity varies between 20% and 90%. 3.2 Installation Conditions 3.2.1 Ring main units for outdoor installation will be installed on a concrete plinth with

suitable cut-outs for cable entry. 3.2.2 Ring main units and compact switchgear for indoor installation will be installed

within brick-built substation rooms with epoxy finished cement screed concrete floors and 900 mm deep cable trenches fitted with meranti timber or marine-ply clad glass fibre grid trench cover boards.

3.3 Compliance with Regulations

All apparatus and materials supplied shall comply with the current

requirements of the Republic of South Africa's Occupational Health and Safety Act, Act 85 of 1993 as amended, and the Regulations issued thereunder and any regulations issued in modification or substitution thereof. In addition, they shall comply with any other requirements having the force of law to which the Municipality is subject.

3.4 Quality, Design and Execution

3.4.1 All apparatus should comply with this Specification. Any departures from the

requirements of this Specification shall be stated in the Schedules and/or in a

Page 131: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 131 of 232

covering letter and may be accepted at the Engineer’s discretion. 3.4.2 No departure shall be implemented without the prior approval of the Engineer.

3.4.3 The equipment shall comply with the particulars and guarantees stated in the

Schedules. 3.4.4 The equipment offered shall comprise the Manufacturer’s standard equipment, the

reliability of which has been thoroughly proven in service.

3.4.5 Only proven design and construction methods and principles will be acceptable.

3.4.6 All equipment, components and accessories shall have passed the type tests laid down in the appropriate specifications. The Tenderer shall submit with his tender copies of the results of all type tests and certificates of rating. The tests shall have been conducted by an accredited independent test laboratory and approved by the Engineer. The testing laboratory shall be accredited by a national accreditation body that is a member of the International Accreditation Cooperation. TENDERS WILL NOT BE CONSIDERED UNLESS THE REQUIRED CERTIFICATES HAVE BEEN SUBMITTED. Type tests for extensible switch panels shall include certification for an assembled switchboard including the busbar couplers or external busbars.

3.4.7 The Contractor’s quality assurance system shall be approved in terms of SANS

9001. A copy of the registration certificate shall be submitted with the Tender and the number entered in the Schedules. Alternative quality assurance systems may be considered but shall be to the approval of the Engineer.

3.4.8 All materials used shall be new materials and of the best quality. The material of

which each part is made shall be one of those recognised as suitable for the purpose in conservative modern practice and of a class suitable for working under the conditions specified. The variations of temperature and atmospheric conditions arising under working conditions shall not cause distortion, deterioration or the setting up of undue stresses in any part nor affect the strength and suitability of the various parts for the work which they have to perform. No welding, filling or plugging of defective parts will be permitted without the sanction in writing of the Engineer.

3.4.9 Only materials with minimum temperature ratings, in air, in accordance with SANS

62271-1 shall be acceptable and all such materials shall be non-combustible.

3.4.10 The design and execution of the Work shall incorporate every practicable

precaution and provision for:-

3.4.10.1 The safety of those who will operate and maintain the equipment.

3.4.10.2 The satisfactory operation of the equipment under all conditions liable to be met in

service, and

3.4.10.3 To facilitate inspection, maintenance and repairs. 3.4.11 Features likely to require excessive maintenance shall be carefully avoided.

Page 132: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 132 of 232

3.4.12 Kiosks, cubicles and similar enclosed compartments shall be adequately

ventilated to restrict condensation but shall at the same time be vermin proof.

3.4.13 Tenderers shall offer equipment of the highest possible quality to ensure highly

reliable service and only proven designs will be accepted.

4 REQUIREMENTS 4.1 Configuration 4.1.1 The ring main units shall comprise a combination of non-automatic ring main

switch disconnector, switch-fuse combination tee-off and/or circuit breaker tee-off modules, as specified, connected in series by a common busbar.

4.1.2 The ring main units shall be non-extensible.

4.1.3 The compact switchgear shall comprise single module or multiple module extensible non-automatic ring main switch disconnector, switch-fuse combination, circuit breaker and/or metering modules, as specified, designed for assembly into switchboards through interconnection with insulated and screened busbar couplers or external busbars.

4.1.4 The ring main units and compact switchgear shall be supplied and type tested

complete with any weatherproof kiosks, pedestals and / or raising bases necessary to comply with the requirements of this specification.

4.2 Ratings 4.2.1 Rated Voltage 4.2.1.1 The rated voltage of the ring main units and compact switchgear shall be 12 kV. 4.2.2 Rated Insulation Level 4.2.2.1 The rated peak lightning impulse peak withstand voltage shall be 95 kV and the

rated short duration power frequency withstand voltage 28 kV. 4.2.3 Rated Normal Current 4.2.3.1 The rated normal current of the ring main switch disconnectors shall be 630 A. 4.2.3.2 The rated normal current of the switch-fuse combination tee-off and circuit breaker

tee-off shall be 200 A. 4.2.3.3 The rated normal current of the busbars, including all couplers and connectors,

shall be the same as the ring main switch disconnectors. 4.2.4 Rated Short-time and Peak Withstand Current 4.2.4.1 The rated short time withstand rms current shall be 20 kA for 3 seconds, and the

rated peak withstand current shall be 50 kA. 4.2.5 Rated Breaking Current and Short Circuit Breaking Current

Page 133: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 133 of 232

4.2.5.1 The rated breaking current of the ring main switch-disconnector and circuit breaker

modules shall be in accordance with the requirements of SANS 1874. 4.2.5.2 The rated breaking current of the switch of the switch-fuse combination modules

shall be 200 A, in accordance with SANS 60265-1.

4.2.5.3 The rated short circuit breaking current of the switch-fuse combination and circuit breaker tee-offs shall be 20 kA.

4.2.6 Rated Short Circuit Making Current 4.2.6.1 The rated short circuit making current of the ring main switch disconnectors,

switch-fuse combination tee-offs, circuit breaker tee-offs and earthing switches shall be 50 kA.

4.3 Internal Arc Classification 4.3.1 Ring main units for outdoor installation shall have a minimum internal arc

classification of IAC AB 20 kA 0,5 s, in accordance with the requirements of SANS 62271-202. This rating shall apply to the complete ring main unit, including cable termination enclosures, and its weatherproof kiosk, as installed.

4.3.2 Ring main units and compact switchgear for indoor installation shall have a

minimum internal arc classification of IAC AFL 20 kA 0,5 s, in accordance with the requirements of SANS 62271-200. This rating shall apply to the complete ring main unit or assembled compact switchgear switchboard, including cable termination enclosures and any necessary pedestals or raising bases, as installed.

4.3.3 Tenderers shall provide detailed information with their tenders covering the

installation requirements necessary to ensure compliance with the IAC rating of the ring main units and compact switchgear. This shall include requirements for fixing of the ring main unit or its weatherproof kiosk to the floor or plinth, details of minimum wall and roof clearances for indoor installations and details of any restrictions or prohibited access zones necessary in the vicinity of the ring main unit.

4.4 General Requirements 4.4.1 Design and Construction of Switchgear

4.4.1.1 The ring main units and compact switchgear shall comply with the requirements

of SANS 1874 and SANS 62271-200 and shall be of fixed pattern design. 4.4.1.2 All primary components of the equipment shall be made and assembled by the

same Manufacturer.

4.4.1.3 Only units with proven service history shall be considered. 4.4.1.4 All switching devices shall be operable from the front of the unit. 4.4.1.5 The ring main units and compact switchgear shall be provided with lifting eyes with

a minimum diameter of 30 mm for lifting or slinging.

Page 134: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 134 of 232

4.4.2 Insulating/Interrupting Medium 4.4.2.1 The ring main units and compact switchgear shall be SF6 insulated. 4.4.2.2 Only new SF6 gas complying with the requirements of IEC 60376 shall be used. 4.4.2.3 The gas-insulated switch compartments of the switchgear shall be factory sealed

for life for a minimum maintenance-free lifespan of 30 years. 4.4.2.4 The ring main units and compact switchgear shall not require routine gas

replenishment during normal service. 4.4.2.5 The manufacturer of the ring main units and compact switchgear shall provide full

details of the programme for safe recovery of SF6 gas after their service life. 4.4.2.6 The cartridge fuses on switch-fuse combination modules shall be air insulated. 4.4.2.7 The interrupting medium for the switch disconnectors, switch fuse combination

disconnectors and circuit breakers shall be SF6 gas or vacuum, and shall be detailed in the Schedules.

4.4.3 Monitoring Facility for Insulating Medium

4.4.3.1 An SF6 gas monitoring gauge shall be provided to indicate safe and unsafe gas

pressure and shall be visible from the front panel. 4.4.4 Degree of Protection 4.4.4.1 The degree of protection of the weatherproof kiosk for ring main units for outdoor

installations shall be a minimum of IP 44, in accordance with SANS 60529. 4.4.4.2 The degree of protection of all accessible enclosures and compartments of the

ring main units and compact switchgear shall be a minimum of IP 4X, in accordance with SANS 60529, applicable when all doors are closed.

4.4.5 Accessibility of Compartments

4.4.5.1 The ring main unit and compact switchgear gas-insulated switch compartment

shall be a non-accessible compartment in accordance with SANS 62271-200. 4.4.5.2 The ring main unit and compact switchgear air-insulated fuse compartment, where

applicable, shall be an interlock-controlled accessible compartment in accordance with SANS 62271-200.

4.4.5.3 The compact switchgear air-insulated metering module shall be an interlock-controlled accessible compartment in accordance with SANS 62271-200.

4.4.5.4 The ring main unit and compact switchgear cable termination boxes shall be

interlock-controlled accessible compartments in accordance with SANS 62271-200.

4.4.5.5 The ring main unit and compact switchgear cable test facility compartments, where

applicable, shall be interlock-controlled accessible compartments in accordance with SANS 62271-200.

Page 135: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 135 of 232

4.4.6 Partition Class 4.4.6.1 The ring main units and compact switchgear shall be of Partition Class PM in

accordance with SANS 62271-200, with earthed metallic partitions between live compartments.

4.4.7 Service Continuity Category 4.4.7.1 The ring main units and compact switchgear shall be Loss of Service Continuity

(LSC) category LSC1 in accordance with SANS 62271-200. 4.4.8 Cable Test Facilities

4.4.8.1 Integral cable test facilities that do not require access to the cable boxes or

removal of the separable connectors of the cable termination shall be provided on the ring main switch disconnector modules for the application of test voltages to the associated circuit of up to 19 kV DC or 13 kV AC to earth.

4.4.8.2 Where provided for by the particular switchgear design, integral cable test facilities

that do not require access to the cable boxes or removal of the separable connectors of the cable termination shall also be provided on the switch-fuse combination modules and circuit breaker modules.

4.4.8.3 The cable test facilities shall not require the use of any loose test plugs or prods and shall be accessible from the front of the ring main unit and compact switchgear.

4.4.8.4 Access to cable test facilities shall be interlock-controlled to ensure that the test

facilities shall only be accessible when the associated earth switch is in the EARTH position, and the cable test facility access shall be capable of being padlocked.

4.4.8.5 The internal arc classification of the ring main unit and compact switchgear

pertaining to other live compartments or switch modules shall be maintained while the cable test facilities on any particular switch module are accessed.

4.4.8.6 Phase colours and warning notices shall be permanently marked on test terminals,

to approval. 4.4.9 Cable Earthing Facilities 4.4.9.1 The ring main switch disconnector, switch-fuse combination tee-off and circuit

breaker tee-off modules shall each be fitted with an integral cable earthing switch that complies with the requirements of SANS 62271-102 and SANS 62271-200.

4.4.9.2 Cable earthing facilities which require the use of loose equipment or attachments

shall not be acceptable.

4.4.9.3 Earthing facilities on the switch-fuse combination modules shall earth both sides of the fuse link.

4.4.10 Cable Live Indication

Page 136: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 136 of 232

4.4.10.1 A three phase voltage detection system (VDS) suitable for the detection and indication of presence and absence of operating voltage and complying with the requirements of SANS 61243-5 shall be provided on all switching devices on the ring main units and compact switchgear.

4.4.10.2 The VDS system shall provide permanent VDS indication and shall provide for

electrical phasing between modules on the ring main units and compact switchgear through the use of universal phase comparators (UPCs).

4.4.10.3 All capacitive dividers utilised for live circuit indication shall have been type tested,

shall have proven in-service performance history in harsh coastal environments, and shall be individually tested for partial discharge in accordance with the requirements of SANS 60270.

4.4.11 Mechanism Locking Facilities 4.4.11.1 Each ring main switch disconnector, switch-fuse combination tee-off and circuit

breaker tee-off shall be capable of being padlocked in the ON position, the OFF position and the EARTH position in accordance with SANS 1874.

4.4.11.2 Each push button for operation of the ring main unit (eg. Trip / close push buttons

on switch-fuse combination tee-off and circuit breaker tee-off) shall be fitted with a padlockable metal cover to prevent unauthorised operation.

4.4.11.3 The operating control locking facilities shall be designed to be locked with mini-

padlocks with 4 mm shackles. 4.4.12 General Interlocks 4.4.12.1 Positive mechanical interlocking shall be provided on the ring main units operating

mechanisms in accordance with SANS 1874. 4.4.13 RMU Rating Plate 4.4.13.1 The ring main units and compact switchgear shall be fitted with a rating plates

complying with the requirements of SANS 1874. 4.4.14 Marking and Labelling 4.4.14.1 The ring main units and compact switchgear shall have markings and labelling as

specified in SANS 1874. 4.4.14.2 Single line operating diagrams shall be clearly marked on the front panel of the

units.

4.4.14.3 All apparatus and interlocks shall be clearly labelled indicating their purpose,

function and operating procedure.

4.4.14.4 All main circuit bushings and test contacts shall be legibly and indelibly marked

with the appropriate phase designation assigned to that terminal. The markings shall be one of L1, L2 or L3, as appropriate.

4.4.14.5 The material, method of printing and method of fixing of all labels shall be to the

approval of the Engineer. Mechanical methods of fixing are preferred. 4.4.14.6 Paper stick-on labels shall not be acceptable.

Page 137: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 137 of 232

4.4.14.7 The total mass of the unit (in kilograms) shall be marked on its side or rear. In the

case of ring main units for outdoor installation the total mass of the ring main unit and kiosk assembly shall be stencilled on the side of the kiosk in white lettering with a minimum font size of 50 mm (e.g. “TOTAL MASS: 500 kg”).

4.4.14.8 A metallic corrosion-resistant 150 mm x 150 mm Type WW7 warning sign in

accordance with SANS 1186 shall be permanently attached to the outside of the weatherproof kiosk doors and also each cable termination compartment cover or door. If pop-rivets are used, only stainless steel blind pop rivets will be acceptable.

4.4.14.9 Where the ring main unit or compact switchgear supplier is not the manufacturer,

the supplier shall provide and affix in an approved position a label detailing the supplier’s name or trade mark.

4.4.15 Earthing

4.4.15.1 The ring main units and compact switchgear shall be provided with earth

connection terminals and tinned copper earth bars complying with the requirements of SANS 1874.

4.4.15.2 The earth connection terminal for each metal enclosure and the main tank shall

be suitable for the maximum earth fault current specified in Clause 3 of the specification, and shall be of size M12.

4.4.15.3 Two stainless steel nuts and washers shall be provided on each earth connection

terminal. 4.4.15.4 All earth bars shall be bonded together providing electrical continuity. All bonding

conductors used to interconnect the separate earth bars shall be copper and have a cross sectional area not less than that of the ring main unit earth bar.

4.4.15.5 A minimum of 4 holes diameter suitable for an M12 bolt shall be provided in the

earth bar for earth connections. 4.4.15.6 Any earth bars external to the cable termination compartments shall be shrouded

or covered in an approved manner to remove them from view and inhibit unauthorised access so as to minimise the possibility of theft.

4.4.16 Painting and Protection against Corrosion 4.4.16.1 The ring main units and compact switchgear shall be painted and protected

against corrosion in accordance with the requirements of SANS 1874. 4.4.16.2 The gas-insulated switch compartment shall be constructed from stainless steel. 4.4.16.3 All other sheet steel work shall comprise an approved corrosion resistant metal. 4.4.16.4 All external nuts and bolts shall be manufactured from stainless steel. Care shall

be taken to ensure that nuts and bolts are not over tightened such that the threads are damaged and the nuts and bolts cannot be loosened and/or retightened.

4.5 Switch Disconnector Modules 4.5.1 General

Page 138: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 138 of 232

4.5.1.1 Each switch disconnector shall be a three pole switch that complies with the

requirements for general purpose switches of SANS 60265-1. 4.5.1.2 Switch disconnectors shall be at least Class E2 M1 in accordance with

SANS 60265-1. 4.5.2 Operation

4.5.2.1 The operating mechanism of switch disconnectors shall provide independent

manual closing and opening. 4.6 Switch-fuse Combination Modules 4.6.1 General 4.6.1.1 Each switch-fuse combination shall be a three phase unit that complies with the

requirements of SANS 62271-105 and SANS 1874. 4.6.1.2 Where fuse links are housed in a free breathing enclosure there shall be a

minimum specific creepage of 25 mm/kV for any creepage paths between live terminals and earthed metal work.

4.6.1.3 The switch-fuse combination shall be capable of supplying a transformer of

1 600 kVA rating. 4.6.2 Fuse Links

4.6.2.1 Fuse links utilised with the ring main units and compact switchgear shall be 12 kV

current-limiting HRC striker pin fuses complying with SANS 60282-1 Type I. 4.6.2.2 Fuse-link enclosures shall comply with the requirements of SANS 1874. 4.6.2.3 Full details of recommended fuse types shall be provided with the tender, including

all full technical characteristics and tolerances for striker pin energy class and travel.

4.6.2.4 The preferred fuse links for switch-fuse combination modules shall be DIN type

fuses of length 442 mm. 4.6.2.5 The fuse links will be supplied by others. 4.6.3 Fuse Compartment Interlocks

4.6.3.1 Mechanical interlocks preventing access to the fuse compartment and interlocks

on the operating mechanism of the switch fuse combination tee-off shall comply with the requirements of SANS 1874.

4.6.4 Operating Mechanism

4.6.4.1 The operating mechanism of the switch-fuse combinations shall provide

independent manual closing and stored energy tripping.

4.7 Circuit Breaker Modules

Page 139: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 139 of 232

4.7.1 General 4.7.1.1 Circuit breakers shall be three pole devices complying with the requirements of

SANS 62271-100 and SANS 1874. 4.7.1.2 Circuit breakers shall be Class C2 E2 M1 in accordance with SANS 62271-100. 4.7.1.3 The rated operating sequence of the circuit breakers shall be O - t - CO - t - CO

where t equals 3 minutes, in accordance with SANS 62271-100. 4.7.1.4 The first-pole-to-clear factor shall be 1,5 in accordance with SANS 62271-100. 4.7.2 Operation 4.7.2.1 The operating mechanism of the circuit breakers shall provide independent

manual closing and stored energy tripping. 4.7.2.2 Circuit breakers shall have a trip-free mechanical switching mechanism. 4.7.3 Protection 4.7.3.1 The circuit breaker modules shall each be fitted with the standard self powered

protection relay, installed and wired complete for service, as specified in 4.7.4 below.

4.7.3.2 The circuit breaker modules shall each be fitted with ring core current transformers

rated for the protective relay offered, or alternatively shall be fitted with current sensors incorporated within the type C cable bushings and suitable for the protective relay offered.

4.7.4 Protection Relay (Standard) 4.7.4.1 The protection relays shall provide both over-current and earth fault functions with

definite time, normal inverse time, very inverse time and extremely inverse time protection characteristics in accordance with IEC 60255-151.

4.7.4.2 Protection relays shall be housed within the standard fascia of the ring main units

or compact switchgear and shall not require a separate relay compartment.

4.7.4.3 The protection relay installation on the ring main unit or compact switchgear fascia shall have a minimum IP rating of IP54 and shall be fully protected against the effects of rain during switching operations. Relays that do not have a minimum intrinsic IP54 rating shall be provided with a gasketted removable transparent cover and / or housing and any other measures necessary to raise the IP rating as specified and provide appropriate weather protection.

4.7.4.4 Protection relays shall be fitted with clearly visible indicators identifying when a relay initiated circuit breaker trip has commenced timing or has occurred, and identifying the specific cause of the trip.

4.7.4.5 Protection operation indicators shall continue to indicate for a minimum of 12 hours

Page 140: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 140 of 232

after closing of the trip contacts, and shall be manually resettable without the need to re-energise the ring main unit on load.

4.7.4.6 Protective relays fitted with an HMI for fault indication shall have battery back-up to maintain indication and functionality while the ring main unit is de-energised or the circuit breaker open.

4.7.4.7 Protection relay back-up batteries shall be maintenance free, shall have a minimum service life of 10 years, shall be easily replaceable by the user, and shall be of a standard commercially available type. Proprietary battery types unique to the relay type or manufacturer shall not be acceptable.

4.7.4.8 The overcurrent pick-up setting range for relays utilising current transformers shall

be selectable from 20% to a minimum of 100% of the nominal relay rating in steps of not greater than 10%.

4.7.4.9 The overcurrent pick-up setting range for relays utilising current sensors shall be

selectable from 10 A to 200 A (primary) in steps of not greater than 10 A. The full selection shall preferably be available in a single range, but failing that, in a maximum of two separate ranges which are either hard-wired or selectable on the relay’s fascia.

4.7.4.10 The earth fault pick-up setting range for relays utilising current transformers shall

be selectable from 10% to a minimum of 100% of the nominal relay rating in steps of not greater than 5%.

4.7.4.11 The earth fault pick-up setting range for relays utilising current sensors shall be selectable from 5 A to a minimum of 100 A (primary) in steps of not greater than 10 A. The full selection shall preferably be available in a single range, but failing that, in a maximum of two separate ranges which are either hard-wired or selectable on the relay’s fascia.

4.7.4.12 The protection relay IDMTL overcurrent and earth fault characteristics shall have

a minimum operating time setting of 0,1 s or better and steps of 0,1 s or better (at 10x relay setting on the normal inverse characteristic).

4.7.4.13 The protection relay Definite Time overcurrent and earth fault characteristics shall

have time delay settings selectable from instantaneous to at least 1 s in steps of 0,1 s or better.

4.7.5 Protection Relay (Alternative) 4.7.5.1 Tenderers shall provide a price where detailed in the Pricing Schedule for an

alternative protection relay as specified below. 4.7.5.2 The tender price for the alternative protection relay shall be based upon the relay

being factory fitted in place of the standard protection relay provided for in the tender price for each item, and as such shall reflect the price differential between the standard protection relay (supplied and installed, complete) and the alternative protection relay (supplied and installed, complete).

4.7.5.3 The alternative protection relay shall be self powered and shall be specified as detailed for the standard protection relay above, with the following exceptions:

Page 141: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 141 of 232

4.7.5.3.1 The relay shall be fitted with a battery powered HMI. 4.7.5.3.2 The HMI shall provide a digital display with a detailed event recording and fault

history buffer. This shall record a minimum of two fault events or disturbances. 4.7.5.3.3 The relay shall provide load current indication per phase. 4.7.5.3.4 The relay shall provide separate protection operation indication for each phase

and for earth faults. 4.7.5.3.5 The relay shall be housed within the standard fascia of the ring main units or

compact switchgear and shall not require a separate relay compartment 4.7.6 Protection Current Transformers / Sensors 4.7.6.1 Current transformers shall comply with the requirements of SANS 60044-1. 4.7.6.2 Current transformers shall preferably be of ratio 200/1 A and of class 10P10 with

a rated burden of 2,5 VA. This notwithstanding, CTs shall be of design and rating suitable for the protective relay offered and appropriate for the circuit breaker module rating.

4.7.6.3 Full details of the protection relay and current transformers or current sensors shall

be provided with the tender. 4.7.7 Protection Wiring and Testing Facilities 4.7.7.1 All wiring to the protection relay (eg. From CTs) shall be terminated onto a terminal

block situated in the circuit breaker module of the ring main unit. 4.7.7.2 The terminal block shall be easily accessible from the front of the ring main unit,

without the need to operate the ring main unit in order to gain access. 4.7.7.3 The protection relay shall be provided with a dry (potential-free) trip output contact

for relay testing purposes which shall be wired to the terminal block. 4.8 Metering Modules 4.8.1 General 4.8.1.1 The metering module shall comprise an air insulated metering cubicle fitted with

busbars, busbar extension bushings, metering current transformers, metering voltage transformers, fuses and LV equipment as specified, and designed for assembly into an MV compact switchgear switchboard.

4.8.1.2 The metering module shall be rated as specified for the compact extensible

switchgear modules. 4.8.1.3 The metering module shall have an internal arc classification as specified for the

compact switchgear for indoor installation.

4.8.1.4 The metering module shall be fitted with an LV compartment equipped with such terminal blocks, test blocks, LV fuses and links, phase indicators and other fittings

Page 142: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 142 of 232

as are required.

4.8.1.5 The metering module shall be fitted with suitable facilities for termination of multi-core cabling for connection to a remote metering cubicle, either directly into the LV compartment or into an approved multi-core cable termination box. Cable access to the LV compartment or termination box shall be from the main cable trench via a suitable multi-core wire-way and gland-plate separate from the MV compartment, to approval, or shall be via a glanded termination from above.

4.8.1.6 The metering module metering compartment door shall be fitted with approved interlocks to prevent the opening of the door while the compartment is live.

4.8.1.7 The metering compartment shall be designed to facilitate the easy removal and replacement of one or more of the CT’s or VTs without the need to remove adjacent CTs or VTs. The replacement of a CT or VT shall not require adjacent chambers of the same panel to be disturbed.

4.8.2 Meters

4.8.2.1 Meters will be provided and mounted in separate remote cubicle by others. 4.8.3 Metering Current Transformers

4.8.3.1 The metering module shall be fitted with dual ratio metering current transformers

for each phase. 4.8.3.2 The CTs shall comply with the requirements of SANS 60044-1. 4.8.3.3 The CTs shall be dual ratio 100/50/5 A. 4.8.3.4 The CTs shall be rated for a burden of 10 VA on each ratio. 4.8.3.5 The CT accuracy class on each ratio shall be Class 0,5. 4.8.3.6 The CTs shall have a rated short-time thermal current (Ith) equal to the rated short

time withstand rms current for the assembled metering unit. 4.8.3.7 The CT star point shall be earthed via a solid link situated in the LV compartment

of the metering unit.

4.8.3.8 The CT secondary terminals shall be wired to an approved test block with integral

shorting facilities in the LV compartment which shall be easily accessible for the purpose of setting the CT ratios to full or half.

4.8.4 Metering Voltage Transformers 4.8.4.1 Voltage transformers shall comply with the requirements of SANS 60044-2. 4.8.4.2 The voltage transformers shall be three phase unearthed voltage transformers

(UVTs) with the primary star point fully insulated, or shall be single phase VTs.

Page 143: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 143 of 232

4.8.4.3 The VTs shall have a standard ratio of 11 000/110 V (3 phase UVTs) or 11000/√3 / 110/√3 (single phase EVTs).

4.8.4.4 The VTs shall be rated for a burden of 25 VA per phase.

4.8.4.5 The VTs shall be of Class 0.5, but shall have this accuracy maintained over an extended range from 0% to 100% of rated burden.

4.8.4.6 The VTs shall be discharge free and shall have a minimum voltage factor of 1,2

continuous and 1,9 for 30 s. 4.8.4.7 The VTs shall have a short circuit withstand capability in accordance with

SANS 60044-2. 4.8.4.8 Particular attention shall be given to ensuring that saturation or undamped ferro-

resonant oscillations do not occur during all foreseeable system conditions, and where required to fulfil this requirement tertiary (or residual) windings shall be provided and connected as an open delta winding with suitable protective circuitry. Such circuitry shall also make provision for VT earth fault conditions.

4.8.4.9 The VTs shall be fitted with fuses on both the HV and LV sides. 4.8.4.10 The fuses on the MV side shall be fitted on each phase and shall be easily

accessible when the metering compartment door is open. 4.8.4.11 The red and blue phases of the VTs shall be fitted with fuses on the LV side. The

white phase of the VT shall be fitted with a solid link on the LV side and shall be earthed on the VT side of the solid link, for the default 3-ph 3-w system configuration.

4.8.4.12 The LV fuses, solid link, earth connection and LV star point termination shall be

situated in the LV compartment of the metering module. The LV star point connection shall not be earthed.

4.8.4.13 The secondary circuits of the voltage transformers shall be brought out to an

approved test block without integral shorting facilities.

4.8.4.14 The voltage transformer secondary circuits shall be complete with one end terminated to the star point.

4.8.4.15 In the event that the voltage transformers offered have an output greater than that specified, they shall have an accuracy class at least equal to that specified over the full output range.

4.8.4.16 Voltage transformers shall be guaranteed for a period of no less than 1 year. 4.8.5 Low Voltage Compartment

4.8.5.1 The metering unit shall be fitted with a low voltage compartment equipped with

such terminal blocks, test blocks, LV fuses and links, phase indicators and other fittings as are required.

Page 144: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 144 of 232

4.8.5.2 The LV compartment shall be fitted with a hinged door which shall be provided with an approved locking mechanism with padlock facilities (shackle diameter 10 mm).

4.8.5.3 The door shall be earthed to the LV compartment wall adjacent to the hinge by

means of an approved earth strap, and shall be fitted with a separate mechanism to prevent the over swing of the door when opening and to secure the door in an open position.

4.8.5.4 Where LV multi-core cabling will be terminated directly into the LV compartment

the LV compartment shall be fitted with an undrilled gland plate suitable for terminating a PVC insulated, armoured, 12 core 2,5 mm2, multicore cable.

4.8.5.5 Terminal blocks and test blocks fitted in the LV compartment shall be of the

Crompton Parkinson type, or equivalent to the Engineers approval. 4.8.5.6 The LV compartment shall be fitted with neon indication lamps for VT Live

indication. 4.8.5.7 The secondary wiring layout within the LV compartment shall be suitable for both

a 3-ph 3-w system and a 3-ph 4-w system configuration. The default configuration shall be for a 3-ph 3-w system.

4.8.5.8 All secondary wiring shall be colour-coded and shall be brought out, via fuses

where applicable, to the metering test block situated in the LV compartment of the metering unit.

4.8.5.9 All CT and VT secondary side earth connections shall be made within the LV

compartment and not within the metering compartment. 4.8.5.10 All secondary wiring shall be of 2,5 mm2 PVC copper wire. 4.8.5.11 The LV compartment shall be provided with an MV and LV wiring and connection

schematic diagram which shall be affixed to the inside of the compartment door. 4.9 Busbars 4.9.1 General 4.9.1.1 The busbars for ring main units shall be entirely incorporated within the gas-

insulated switch compartment, and shall be non-extensible. 4.9.1.2 The busbars for single and dual module compact switchgear shall be extensible

at both sides of the module.

4.9.1.3 Busbar extension shall be achieved through the use of busbar coupler inserts, or through the use of external busbars.

4.9.1.4 Busbar connections, whether by busbar couplers or external busbars, shall be fully sealed to preclude ingress of moisture and shall be maintenance free for the service life of the switchgear.

4.9.1.5 Full design and installation details for the busbar connections shall be provided

Page 145: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 145 of 232

with the tender documentation.

4.9.2 Busbar Couplers 4.9.2.1 Busbar couplers shall be fully insulated, screened and stress controlled. 4.9.2.2 Busbar couplers shall be designed and tested to provide a tight dielectric seal and

to fully preclude the possibility of air voids and partial discharges once assembled.

4.9.2.3 The busbar coupler design shall provide for variations in distance and alignment between adjacent panels, and shall be suitable for user installation.

4.9.3 Busbar Blanking Plugs

4.9.3.1 Busbar blanking plugs and metal blanking cover plates shall be provided for sealing busbars at the switchboard end.

4.9.3.2 Busbar blanking plugs shall be fully insulated and stress controlled.

4.9.3.3 Busbar blanking plugs shall be designed and tested to provide a tight dielectric seal and to fully preclude the possibility of air voids and partial discharges once assembled.

4.9.3.4 Busbar blanking plugs shall preclude ingress of moisture and shall be maintenance free for the service life of the switchgear.

4.9.4 External Busbars 4.9.4.1 External busbars shall be fully insulated, screened and stress controlled. 4.9.4.2 Bushings on compact switchgear for connection to external busbars shall be Type

C bushings complying fully with the requirements for MV cable bushings specified below.

4.9.4.3 External busbars shall be provided with provided with blanking plugs for sealing the busbars at the switchboard end. Such blanking plugs shall be firmly and securely fitted in place and shall comply with the specific requirements stated in section 4.8.3 above.

4.9.4.4 The compact switchgear shall be provided with protective covers to shroud the external busbars on all sides.

4.10 Cable Termination Enclosures, Terminations and Bushings

Page 146: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 146 of 232

4.10.1 Cable Termination Enclosures and Terminations

4.10.1.1 The ring main units shall be fitted with air filled cable termination enclosures

complying with NRS 012. 4.10.1.2 The cable termination enclosures shall be suitable for termination of three core

impregnated paper insulated 11 kV cables of up to 120 mm2 with dry type cable terminations complying with NRS 053 (95 kV BIL). All 12 kV cables will be provided, installed and terminated by others.

4.10.1.3 The cable termination enclosures shall be suitable for Type 2 shrouded and Type

3 unscreened separable connector terminations in accordance with NRS 012. 4.10.1.4 The height of the cable termination enclosures for switch disconnector and switch-

fuse combination tee-off modules shall be a minimum of 650 mm, measured from the centre line of the cable bushings to the gland plate or cable support clamp, in accordance with NRS 012.

4.10.1.5 Cable termination enclosures with cable bushings at staggered heights will not be accepted.

4.10.1.6 Where ring core current transformers are required for the circuit breaker tee-off

modules, the height of the cable termination enclosures shall be a minimum of 800 mm, measured from the centre line of the cable bushings to the gland plate or cable support clamp, in accordance with NRS 012.

4.10.1.7 Where a pedestal or raising base is required in order to achieve the dimensions

indicated in 4.10.1.4 & 5 above, this pedestal or raising base shall comply fully with the requirements of this specification.

4.10.1.8 Any ring core current transformers required for the circuit breaker tee-off modules

shall be fitted within the enclosure in such a way that they can be easily removed while the cable termination is in progress and easily re-fitted when the cable termination is being mounted in place within the enclosure.

4.10.1.9 The current transformers shall be mounted such that they are positioned over the

screened portion of the three core 11 kV PILC cable termination, but provide sufficient clearance for core crossings below the current transformers.

4.10.1.10 The cable termination enclosures shall be fitted with internal arc rated removable

covers in accordance with the internal arc classification of the ring main unit. 4.10.1.11 Any breathing and/or drain vents in the cable termination enclosures necessary to

prevent condensation or facilitate draining shall be suitably vermin proofed. 4.10.2 Cable Clamping and Gland Plate

4.10.2.1 Each cable termination enclosure shall be provided with a cable support clamp

suitable for clamping of 35 mm2 - 120 mm2 PILC DSTA cable, and complying with the requirements of NRS 012.

4.10.2.2 The cable clamp shall be positioned in the cable termination enclosure or in the

pedestal or raising base, as required in order to comply with the specified height, and shall be so designed that the cable is firmly secured but that no stress due to bending is placed on the cable when terminated. Any other arrangements for

Page 147: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 147 of 232

securing of the cables shall be subject to the Engineer’s approval.

4.10.2.3 The cable termination enclosure or the pedestal or raising base (where present) on ring main units and compact switchgear for indoor installation shall be provided with a steel gland plate in accordance with the requirements of SANS 1874 which shall be designed and tested to withstand the pressure rise associated with an internal arc fault and to cause the arc energy to be directed through the pressure relief facilities provided. Such gland plate shall prevent the purging of overpressure and arc flash associated with an arcing fault into the cable trench.

4.10.2.4 The gland plate shall be suitable for assembly around the cable after making-off of the cable termination and shall not require disassembly or removal of the front side of the cable termination compartment or raising base. The gland plate shall provided with a rubber grommet to ensure a tight seal between the gland plate and cable.

4.10.2.5 Alternative gland plate and cable seal designs shall be to the Engineer’s approval. 4.10.3 Cable Bushings 4.10.3.1 Cable bushings on all modules shall be Type C bushings complying with

EN 50181. 4.10.3.2 The bushings shall have an M16 x 2 thread and be suitable for the use of

unscreened separable connectors. The USC in use at the time of preparation of this specification was the Raychem RICS 5123.

4.10.3.3 The bushings shall be fitted with M12 stainless steel reducing stems and M12 nut,

washer and spring washers.

4.10.3.4 The bushings shall be manufactured and tested in accordance with SANS 60137.

In addition to the voltage test specified in SANS 60137 the bushings shall be partial discharge tested in accordance with the requirements of SANS 60270. The magnitude of the discharge shall not be greater than 5 pC.

4.10.3.5 The surface of the bushings shall be smooth and free from blemishes and patches

or fillings. 4.10.3.6 The bushings shall be made from insulating material to the approval of the

Engineer. Dough moulded compound cable bushings are not acceptable. 4.11 Pedestal or Raising Base (for Indoor Ring Main Units and Compact

Switchgear)

4.11.1 Where a pedestal or raising base is required in order to achieve the specified cable

box dimensions or to allow adequate bending radii for the MV cables on indoor ring main units and compact switchgear, this pedestal or raising base shall be supplied as a fully assembled part of the ring main unit.

4.11.2 The pedestal or raising base dimensions shall comply with the ring main unit or

compact switchgear footprint dimensions.

Page 148: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 148 of 232

4.11.3 The pedestal or raising base shall be rigid, robust and completely self-supporting. 4.11.4 The ring main unit and compact switchgear shall comply fully with the internal arc

classification requirements of this specification with the pedestal or raising base fitted, and shall have been successfully type tested accordingly.

4.11.5 Provision shall be made for bolting of the pedestal or raising base to a concrete

floor as necessary in order to provide for a safe installation and to comply with the ring main unit internal arc classification.

4.11.6 Flanges that are provided for the fitting of holding-down set screws shall be of a

minimum of 5 mm thick steel or alternatively be reinforced to prevent bending during transportation, handling and installation.

4.12 Earth Fault Indication Equipment 4.12.1 One set of approved earth fault indication equipment comprising a split core

current transformer and a self powered control and indicating unit shall be provided with each ring main unit.

4.12.2 The control and indicating unit shall provide for manual resetting, with an automatic

self resetting facility with selectable time delay. 4.12.3 The sensitivity of this equipment shall be such that a current imbalance less than

50 A but not less than 25 A will operate the relay. 4.12.4 Only equipment proven on 12 kV systems will be considered. Full details of the

earth fault indication equipment offered are to be submitted with the tender. 4.12.5 The control and indicating unit shall be mounted on the ring main unit such that it

is clearly visible and accessible to the operator from the operating side (i.e. front) of the ring main unit (with the enclosure doors open in the case of ring main units for outdoor installation).

4.12.6 The earth fault indicator current sensor shall be wired to and temporarily secured

onto the cable support clamp fitted in the left hand side switch disconnector cable termination enclosure (when viewed from the front of the ring main unit).

4.12.7 All wiring between the control and indicating unit and the current sensor shall be

routed behind the front fascia of the ring main unit. 4.12.8 For ring main units for outdoor installation, the earth fault indication equipment

shall in addition be supplied with a remote indicator which shall be mounted on the outside of the enclosure in such a manner that it can be clearly viewed from the front of the enclosure (street side) without having to open the enclosure. The remote indicator shall be visible during daylight and protected against vandalism by means of a steel tube fitted around the indicator and welded onto the enclosure.

4.12.9 The control unit and remote indicator shall not be mounted onto any removable

sections of the enclosure and no wiring shall pass through these sections. If the remote indicator is mounted on the enclosure door it shall be situated as close as possible to the hinge side.

4.13 Phase Comparators

Page 149: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 149 of 232

4.13.1 Phase comparators for electrical phasing-out on the VDS cable live indication system on switchgear supplied in accordance with this contract shall be Universal Phase Comparators complying fully with the requirements of SANS 61243-5.

4.13.2 Phase comparators shall provide clear and unambiguous indication of voltage-in-

phase and voltage-out-of-phase via separate LED indicators (coloured green and red, respectively), and shall be fitted with push button operation, low battery indication and functionality self-test.

4.13.3 Phase comparators shall be provided with phasing leads long enough to permit the phasing out across a minimum of four panels.

4.13.4 The phase comparators, leads and ancillary equipment shall be housed in a suitable rigid case, to approval.

5 WEATHERPROOF KIOSK 5.1 General 5.1.1 Ring main units for outdoor installation shall be supplied assembled within an

internal arc rated weatherproof kiosk complying with the requirements for enclosures detailed in SANS 62271-202, and manufactured from 3CR12 corrosion resistant steel.

5.1.2 Notwithstanding the internal arc classification requirements, provision shall be

made for the minimisation of the possibility of condensation by means of appropriate drainage and ventilation holes or other appropriate means. Any such ventilation facilities shall be positioned so as to comply with the specified Degree of Protection.

5.1.3 Any breathing and/or venting facilities in the kiosk shall be suitably vermin proofed. 5.1.4 The kiosk roof, doors and compartments shall be so designed to preclude the

possibility of pooling or retention of water. 5.1.5 The weatherproof kiosk material (i.e. 3CR12) shall be clearly identified by means

of a metal label affixed in a permanent fashion to the door adjacent to the steel documentation pocket.

5.2 Doors 5.2.1 The kiosk access doors shall be secured with a three point locking mechanism

(Barker Nelson 25 Series or similar, to approval) suitable for padlocking with a padlock of 10 mm shackle diameter. Padlocks will be supplied by others.

5.2.2 In addition, the kiosk doors shall be fitted with a stainless steel Allen key bolt type

locking system using a 10 mm Allen key bolt. The Allen key locking system shall obstruct the Barker Nelson locking mechanism from operating in the fully screwed in position. The Allen screw head shall be flush with the door when screwed in.

5.2.3 Doors hinges shall be manufactured from brass or stainless steel. Hinged doors

shall exert uniform pressure at all points on the gasket when the door is closed to ensure proper closing and to prevent the penetration of water and vermin.

Page 150: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 150 of 232

5.2.4 The kiosk doors shall be fitted with a latch facility to prevent the over swing of the

doors when opening and to secure the door safely in an open position at a minimum of 90º.

5.2.5 A steel documentation pocket shall be provided on the inside of the kiosk door for

the safekeeping of relevant documents. The means of securing the pocket (eg pop rivets) shall not protrude through the door.

5.3 Electrical Bonding 5.3.1 The kiosk doors, and if applicable, all steel enclosure sections, shall be electrically

bonded to the main steel enclosure by means of a tinned copper braid bonding conductor of minimum cross-sectional area 4 mm2.

5.3.2 The main steel enclosure shall be electrically bonded to the ring main unit earth

bar by means of copper bonding conductor (i.e. tinned copper braid or PVC-insulated stranded copper cable) of minimum cross-sectional area 70 mm2.

5.4 Lifting and Mounting 5.4.1 Suitable lifting eyes designed to lift the kiosk with the ring main unit installed within

shall be provided on the kiosk. The lifting eyes shall have a minimum diameter of 30 mm.

5.4.2 The kiosk and position of the ring main unit within the kiosk shall be suitable for

mounting on concrete plinths. Detailed requirements and dimensions for the concrete plinth design shall be provided by the Tenderer with the Tender documentation.

5.4.3 Flanges that are provided for the fitting of holding-down set screws shall be of a

minimum of 5 mm thick steel or alternatively be reinforced to prevent bending during transportation, handling and installation.

5.5 Painting and Protection Against Corrosion

5.5.1 Painting and corrosion protection of interior and exterior surfaces of the

weatherproof kiosk shall comply with the requirements of SANS 780. The following additional requirements are to be complied with for exterior surfaces.

5.5.2 3CR12 steel shall be abrasive blasted and then passivated prior to painting. 5.5.3 The 3CR12 components shall be painted with an approved and appropriate primer

and with two coats of an approved polyurethane based heat fused epoxy powder coating of Colour C12 (Avocado) to SANS 1091 in accordance with the requirements of SANS 780.

5.5.4 Suitable steps shall have been taken to ensure a satisfactory bond between the

protected surfaces and the paint to prevent peeling. 5.5.5 The thickness of the paint including the primer shall not be less than 50μm. 5.5.6 Alternative corrosion protection systems may be considered. Manufacturers shall

submit their proposed corrosion protection specifications to the Engineer for approval.

Page 151: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 151 of 232

5.5.7 All external nuts and bolts shall be manufactured from stainless steel. Care shall

be taken to ensure that nuts and bolts are not over tightened such that the threads are damaged and the nuts and bolts cannot be loosened and/or retightened.

6 PACKING

6.1 The Contractor shall make his own arrangements for the delivery of the plant to

the Employer’s Electricity Stores or to site and shall provide all labour, plant and material necessary for the unloading.

6.2 The Contractor shall be responsible for the packing, loading, transport and off-

loading of the plant from the place of manufacture, whether this is at his own works or those of any supplier, to the Employer’s Electricity Stores.

6.3 The method of packing shall provide adequate protection to the equipment contained within and attached without, for transportation. The method of packing and precautions to be taken during transport shall be clearly marked on the appropriate drawings.

6.4 Where appropriate all parts shall be boxed in substantial crates or containers to facilitate handling in a safe and secure manner. Each crate or container shall be marked clearly on the outside of the case to show where the mass is bearing and the correct position for the slings. Each crate or container shall also be marked with the notation of the part or parts contained therein, contract number and port of destination, and shall become the property of the Employer after delivery.

6.5 Loose parts and accessories forming part of each ring main unit and compact switchgear panel or necessary for the assembly of such switchgear shall be dispatch and delivered with such switch panels. Payment will not be authorised per ring main unit or compact switchgear panel until all relevant loose parts and accessories have been delivered. Such loose parts shall be crated or packaged such that all parts and fasteners necessary for each assembly are contained in a single container. The container shall be marked with the container number and a complete bill of materials and components contained there-in, together with the relevant part numbers and reference to the drawing number detailing assembly of such parts. The packing list and drawings shall be despatched to the Engineer giving full and clear details of the contents of the case. Any special storage/handling requirements, shelf life limitations etc shall be clearly indicated.

6.6 Transit/storage bushing protection covers shall be fixed to the equipment to

prevent damage to bushings.

6.7 Any damage due to defective or insufficient packing shall be made good by the Contractor at his own expense and within reasonable time when called upon by the Employer to do so. An electronic copy of the complete packing lists showing the number, size, marks, mass and contents of each package shall be provided to the Engineer immediately after the material is despatched.

6.8 The Contractor shall inform himself fully as to all relevant transport facilities and

Page 152: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 152 of 232

requirements and loading gauges and ensure that the equipment as packed for transport complies with the South African highway regulations and/or conforms to the limitations of the transport facilities of Transnet Ltd. The Contractor shall also be responsible for verifying the adequacy of any cranes required for off-loading at the port of entry, and Council's Stores.

6.9 The Contractor shall take reasonable steps to prevent damage to any highways or bridges by his traffic and shall select routes, choose and use vehicles and restrict and distribute loads so that the risk of damage shall be limited as far as is reasonably possible. The Contractor shall immediately report to the Engineer any claims made against him arising out of alleged damage to a highway or bridge.

6.10 Access to the Stores is by road only. 7 TRAINING

7.1 Training shall be provided in Cape Town to enable the Employer's staff to install

and maintain the equipment offered. The training shall take the form of separate sessions for hardware and maintenance training and for operator training.

7.2 The Hardware and Maintenance Training course for the switchgear shall include,

but not be limited to, the following:

7.2.1 Theory of operation

7.2.2 Installation and commissioning

7.2.3 Preventative maintenance

7.2.4 Maintenance manual review

7.2.5 Interlocks and Safety Features

7.2.6 Testing, troubleshooting and configuration

7.2.7 Repairs

7.2.8 Practical Demonstration 7.3 The Operator training for the switchgear shall include, but not be limited to, the

following: 7.3.1 Theory of operation

7.3.2 Detailed overview of Equipment

7.3.3 Interlocks and Safety Features

7.3.4 Practical Demonstration 7.4 The training details submitted with the Tender shall include a description of the

contents and duration of each course and prerequisites, if any, required of course participants. The outlines shall be in sufficient detail to evaluate the course material.

Page 153: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 153 of 232

7.5 Any special tools shall be identified and if not included shall be quoted for separately.

7.6 The principal instructors shall have proven prior experience in conducting the

specified training. The instructors shall have a complete and thorough knowledge of the equipment and course materials.

7.7 Each course participant shall receive a copy of the training manuals and other

pertinent materials with all changes and revisions to manuals and other documentation used during the training courses.

7.8 All training will be undertaken at Employer’s premises.

7.9 Each course module shall be given to classes of nominal size of 15 individuals, although a maximum class size of 20 individuals should be accommodated if operation requirements dictate. The initial training is intended for a nominal quantity of 75 staff members per training module, (ie 5 repeats of each training module).

7.10 On completion of the training each candidate shall be provided with certification of attendance of the course, with copies of the certification being provided to the Employer.

7.11 The price for each course shall include all preparation, travelling, accommodations and incidental costs including all course materials.

8 DRAWINGS AND INFORMATION

8.1 Drawings

Tenderers shall submit with their tenders the following drawings: 8.1.1 Fully dimensioned drawings indicating the general arrangement of the ring main

units, compact switchgear (complete with any necessary pedestals or raising bases) and weatherproof kiosks.

8.1.2 Fully dimensioned arrangement drawing for each ring main unit and compact

switchgear configuration showing cable boxes, cable clamping, cable termination arrangements and clearances between bushings and from bushing centres to earth.

8.1.3 Section drawings of each ring main unit and compact switchgear type showing general details of construction and all principal components and dimensions, including internal arc overpressure relief provisions and energy paths for each main compartment.

8.1.4 Civil Engineering / Installation drawings for each ring main unit and compact switchgear type showing requirements for switchroom design and equipment positioning for indoor installation, and requirements for plinth design for outdoor

Page 154: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 154 of 232

installation.

8.1.5 Section drawings for busbar couplers and / or external busbars showing expanded view and installed view including provisions for voltage stress relief.

8.1.6 Full electrical schematic diagrams including details of electrical interlocks and protection schematics shall be submitted by the successful Tenderer for formal approval before manufacture of the equipment is commenced.

8.2 Instruction Books

Copies, in English, of operating and maintenance instructions covering

each type of equipment provided shall be supplied by the Contractor before delivery, and these shall include full detailed drawings. A copy shall also be provided on CD ROM in Portable Document Format (pdf). These shall include a comprehensive spare parts catalogue.

9 PARTICULARS

9.1 Tenderers shall submit with their tenders full particulars of the equipment offered

and shall complete the Schedules attached hereto. 9.2 No tender will be considered unless sufficient technical data, diagrams, drawings

and relevant information are submitted to enable the characteristics and merits of the equipment offered to be ascertained, including the design provisions to ensure that the units are fully weatherproof.

9.3 All apparatus should comply with this Specification. Any departures from the requirements of this Specification or non-compliance shall be stated by the Tenderer clause-by-clause in the schedules and may be accepted at the Engineer’s discretion. Undisclosed non-compliance with requirements of the Specification by the successful Tenderer shall result in the Tenderer being bound to the requirements of the Specification.

9.4 No departure shall be implemented without the prior approval of the Engineer.

9.5 The Contractor shall be responsible for any discrepancies, errors or omissions in the particulars and guarantees, whether or not such particulars and guarantees have been approved by the Engineer.

9.6 Tenderers shall also submit information regarding the manufacturing facilities that will be utilized for the construction of the tendered items and the location thereof, as well as full details of the location and capabilities of their service / repair facility situated closest to George. Any changes shall be made with the written agreement of the Engineer and the Contractor shall ensure that the manufacturers and places of manufacture are acceptable to the Engineer.

9.7 Information should also be submitted detailing the quantity of similar ring main

units and compact switchgear manufactured and supplied by the Tenderer and in service in South Africa, as well as the details of existing users of the equipment

Page 155: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 155 of 232

tendered.

9.8 All details given in this Specification and the drawings forming part of it have been carefully compiled but the onus is on the Tenderer to satisfy himself truly as to the accuracy thereof.

10 TESTS AND INSPECTIONS

10.1 Inspections 10.1.1 During manufacture and prior to despatch the ring main units, compact switchgear,

pedestals or raising bases and weatherproof kiosks may be inspected by the Engineer or his duly appointed representative who will call for such tests as he may consider necessary. To this end, the Engineer or his representative shall, during normal working hours, be given all reasonable access and facilities for the carrying out of his duties and shall have the right of entry into the factory of the manufacturer and the factory of any sub-contractor to the manufacturer, where work in accordance with this specification may be in progress.

10.1.2 Before the despatch of any ring main unit or weatherproof kiosk from the factory

of manufacture it shall have been inspected by the Engineer or his duly appointed representative and an Acceptance Certificate shall have been issued. The manufacturer shall notify the Engineer at least one week in advance of the proposed dates for final inspections, and units shall be fully completed prior to the day of the final inspection.

10.2 Type Tests 10.2.1 The equipment offered shall comprise the manufacturer's standard equipment, the

reliability of which has been thoroughly proven in service. The ring main units, compact switchgear, protection relays and weatherproof kiosks shall have passed such type tests as are laid down in SANS 1874, SANS 62271-200, SANS 62271-202, SANS 60044-1, SANS 60044-2 and IEC 60255.

10.2.2 The Tenderer shall submit copies of the results of all type tests and certificates of

rating covering the ring main units, compact switchgear, current transformers, voltage transformers and weatherproof kiosks included in his tender. These type tests shall have been carried out by an internationally recognised independent testing authority.

10.2.3 The tests shall be of ring main units and compact switchgear complete with any

pedestals, raising bases, weatherproof kiosks or other equipment necessary to comply with the requirements of this specification.

10.2.4 Only identical units to those successfully type tested will be acceptable. Non-

applicable type test certificates should not be submitted. Tenderers shall submit copies of complete detailed drawings of internal connections and facilities as type tested.

10.3 Routine Tests 10.3.1 Routine tests as specified in SANS 1874 and SANS 62271-200, SANS 60044-1,

Page 156: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 156 of 232

SANS 60044-2, IEC 60255 and other applicable standards shall be carried out on all ring main units, compact switchgear, protection relays, current transformers, voltage transformers and other equipment prior to dispatch, and shall be witnessed by the Engineer or his duly appointed representative unless specifically waived by the Engineer.

10.3.2 Such tests shall include routine partial discharge testing on MV bushings, current

transformers and voltage transformers.

10.3.3 In addition to the requirements specified above, the following routine tests should be carried out by the manufacturer on the protection equipment before unit dispatch:

10.3.3.1 CT polarity, ratio and magnetisation curve tests. 10.3.3.2 OCEF Secondary injection testing of the relay at 1x (verify pick-up), 2x, 4x, 6x, 8x,

10x (verify definite setting) setting for OC and EF. Alternatively, these secondary injection tests can be replaced by primary OCEF injection tests at 1x, 2x, 4x, 6x, 8x, 10x setting for OC and EF, with the circuit breaker closed.

10.3.3.3 Verification that the OCEF relay trips the circuit breaker.

10.3.3.4 Protection relays are to be configured and tested in accordance with the generic settings below (or next closest achievable settings):

OC pickup (I>) 125 A OC IDMT curve NI OC time multiplier 0.1 OC definite setting (I>>) 10 x I> (or 9.5 x I> if 10 x not possible) OC definite time 100 ms (0.1 s) EF pickup (Io>) 37.5 A EF IDMT curve NI EF time multiplier 0.1 EF definite setting (Io>>) 10 x Io> (or 9.5 x Io> if 10 x not possible) EF definite time 100 ms (0.1 s)

10.3.3.5 Copies of the test results are to be furnished with each panel.

10.3.4 Certificates giving the full results of all tests made on the equipment shall be submitted to the Engineer by the Contractor for approval prior to or at the time of delivery of the equipment. All routine test certification shall be dated and signed by the manufacturer’s test engineer. Equipment will not be formally accepted until such time as full routine test certification has been submitted and approved.

PRICE SCHEDULE Pricing Instructions:

Page 157: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 157 of 232

All prices shall be tendered inclusive of VAT and including customs or excise duty and any other duty, levy, or other applicable tax. All prices shall be tendered in accordance with the units specified in this schedule. All prices tendered must include all expenses, disbursements and costs (e.g. transport, overheads, accommodation etc) that may be required in and for the execution of the work described in the Specification, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract as well as overhead charges and profit (in the event that the tender is successful). All prices tendered will be final and binding. Prices tendered below shall be subject to adjustment in accordance with Schedule?.

Page 158: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 158 of 232

Item

no

Description Unit price delivered

and off loaded

(Inclusive of VAT)

(R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

Item Category A: Ring Main Units and Switchgear for Indoor Installation

A1 3-way non-extensible ring main unit comprising 2 switch-disconnectors and 1 switch-fuse combination, as specified

16

A2 4-way non-extensible ring main unit comprising 3 switch-disconnectors and 1 switch-fuse combination, as specified

16

A3 4-way non-extensible ring main unit comprising 2 switch-disconnectors and 2 switch-fuse combinations, as specified

16

A4 2-way extensible switchgear comprising 2 switch-disconnector modules, as specified

16

A5 1-way extensible switchgear switch-disconnector module, as specified

16

A6 1-way extensible switchgear circuit breaker module, as specified

16

A7 1-way extensible switchgear switch-fuse combination module, as specified

16

A8 Extensible switchgear MV metering module, as specified

16

Page 159: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 159 of 232

Item

no

Description Unit price delivered

and off loaded

(Inclusive of VAT)

(R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

Item Category A: Ring Main Units and Switchgear for Indoor Installation

A9 Screened busbar couplings for in-line busbar connections (where applicable), as specified, per set of three complete

16

A10 Screened busbar end blanking plugs for in-line busbar connections (where applicable), as specified, per set of three complete

16

A11 Screened Type C end adapter for external busbars (where applicable), as specified, per set of three complete

16

A12 Screened Type C cross adapter for external busbars (where applicable), as specified, per set of three complete

16

A13 Screened Type C dead end cap for external busbars (where applicable), as specified, per set of three complete

16

A14 Screened 630A long external busbar (where applicable), as specified, per set of three complete

16

A15 Screened 630A short external busbar (where applicable), as specified, per set of three complete

16

Page 160: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 160 of 232

Item

no

Description Unit price delivered

and off loaded

(Inclusive of VAT)

(R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

Item Category B: Ring Main Units for Outdoor Installation

B1 3-way non-extensible ring main unit comprising 3 switch-disconnectors, enclosed within a weatherproof kiosk, as specified

16

B2 3-way non-extensible ring main unit comprising 2 switch-disconnectors and 1 switch-fuse combination, enclosed within a weatherproof kiosk, as specified

16

B3 3-way non-extensible ring main unit comprising 2 switch-disconnectors and 1 circuit breaker, enclosed within a weatherproof kiosk, as specified

16

B4 4-way non-extensible ring main unit comprising 4 switch-disconnectors, enclosed within a weatherproof kiosk, as specified

16

B5 4-way non-extensible ring main unit comprising 3 switch-disconnectors and 1 switch-fuse combination, enclosed within a weatherproof kiosk, as specified

16

B6 4-way non-extensible ring main unit comprising 3 switch-disconnectors and 1 circuit breaker, enclosed within a weatherproof kiosk, as specified

16

B7 4-way non-extensible ring main unit comprising 2 switch-disconnectors and 2 switch-fuse combinations, enclosed within a weatherproof kiosk, as specified

16

Page 161: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 161 of 232

Item

no

Description Unit price delivered

and off loaded

(Inclusive of VAT)

(R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

Item Category B: Ring Main Units for Outdoor Installation

B8 4-way non-extensible ring main unit comprising 2 switch-disconnectors and 2 circuit breakers, enclosed within a weatherproof kiosk, as specified

16

B9 5-way non-extensible ring main unit comprising 2 switch-disconnectors and 3 circuit breakers, enclosed within a weatherproof kiosk, as specified

16

B10 5-way non-extensible ring main unit comprising 1 switch-disconnector and 4 circuit breakers, enclosed within a weatherproof kiosk, as specified

16

Item Category C: Outdoor Bulk Metering Units

C1 Outdoor bulk metering unit (Standard or Compact) with 1 customer outgoing circuit, enclosed within a weatherproof kiosk, as specified

16

C2 Compact outdoor bulk metering unit with 2 customer outgoing circuits, enclosed within a weatherproof kiosk, as specified

16

Page 162: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 162 of 232

Item

no

Description Unit price delivered

and off loaded

(Inclusive of VAT)

(R)

Unit price delivered

and off loaded and

installed (Inclusive of

VAT) (R)

Specified Delivery Period from date of Official Purchase Order (Weeks)

Tendered Delivery Period from date of Official Purchase Order (Weeks

Item Category D: Additional Items

D1 Universal Phase comparator devices, as specified

16

D2 Additional cost for supply and factory Installation of 200/100/5 A metering current transformers in place of standard 100/50/5 A current transformers in extensible switchgear metering module, as specified

16

D3 Additional cost for supply and factory Installation of 200/100/5 A metering current transformers in place of standard 100/50/5 A current transformers in outdoor bulk metering units, as specified.

16

D4 Training: Hardware and Maintenance Module, complete as specified (15 to 30 persons)

12

D5 Training: Operator Module, complete as specified (15to 30 persons)

12

Page 163: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 163 of 232

Schedule of Manufacturer Information (To be completed by Tenderer)

Item No

Description

Manufacturer

Place of Manufacture

Place of Testing and

Inspection

Model / Type of Equipment

1 Ring main units

2 Extensible Switchgear

3 Outdoor Bulk Metering Units

4 Weatherproof kiosks

5 Pedestals / Raising bases

6 Protection relays

7 Protection Current transformers

8 Current sensors

9 Metering Current Transformers

10 Metering Voltage Transformers

11 Earth fault indication equipment

12 VDS Equipment

13 Universal Phase Comparators

Page 164: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 164 of 232

Schedule of Technical Data

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

1 1.1

Ring main units, Extensible Switchgear and Bulk Metering Units Manufacturer

1.2 Equipment type and Model (Identifying name

1.3 Outdoor Bulk Metering Unit configuration for BMU with single customer circuit

Standard / Compact

1.4 Insulation medium SF6

1.5 Switch disconnector interrupting medium SF6

1.6 Circuit breaker interrupting medium SF6 / Vacuum

1.7 Rated voltage kV 12

1.8 Highest voltage kV 13,2

1.9 Frequency Hz 50

1.10 Rated short-time withstand current kA 20 for 3s

1.11 Rated peak withstand current kA 50

1.12 Rated peak lightning impulse withstand voltage

kV 95

1.13 Rated short-time power frequency withstand rms voltage

kV 28

1.14 Internal arc classification of ring main unit and extensible switchgear (indoor)

AFL 20kA for 0,5s

1.15 Internal arc classification of ring main unit & kiosk (outdoor) and outdoor bulk metering unit

AB 20kA for 0,5s

1.16 Rated normal current of busbars 630

1.17 Rated normal current of ring main switch disconnector

630

1.18 Rated normal current of switch-fuse combination

200

1.19 Rated normal current of circuit breaker 200

1.20 Rated short circuit breaking current

1.20.1 Switch-Disconnector and Circuit breaker

kA 20

1.20.2 Switch-fuse combination kA 20

1.21 Rated short circuit making current (all modules)

kAp 50

1.22 Integral cable earthing switch:

1.22.1 ring main switch-disconnector YES YES/NO* YES/NO* YES/NO*

1.22.2 switch-fuse combination YES YES/NO* YES/NO* YES/NO*

1.22.3 circuit breaker YES YES/NO* YES/NO* YES/NO*

Page 165: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 165 of 232

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

1.23 Making capacity of ring main switch earthing switch

kAp 50

1.24 Making capacity of switch-fuse earthing switch

kAp 50

1.25 Switch disconnector Class E2 M1

1.26 Circuit breaker Class E2 M1 C2

1.27 Circuit breaker rated operating sequence

O t CO t CO t = 3 min

1.28 Circuit breaker First pole to clear factor

1,5

1.29 Integral cable test facilities:

1.29.1 ring main switch-disconnector YES YES/NO* YES/NO* YES/NO*

1.29.2 switch fuse Preferred YES/NO* YES/NO* YES/NO*

1.29.3 circuit breaker Preferred YES/NO* YES/NO* YES/NO*

1.30 Extensible busbars – Ring main units NO YES/NO*

Extensible busbars – Extensible switchgear

YES YES/NO*

Extensible busbars – Outdoor Bulk Metering Units

YES/NO*

Type of busbar extensions

Busbar coupling / External busbar

1.31 Accessibility of Compartments:

1.31.1 Gas insulated switch compartment Non accessible

1.31.2 Air insulated fuse compartment Interlock controlled

1.31.3 Air insulated metering compartment – Metering Module

Interlock controlled

Air insulated metering compartment – O/D Bulk Metering Unit

Tool-based

1.31.4 Cable compartment Interlock controlled

1.31.5 Cable test facility compartment Interlock controlled

1.32 Partition class PM

1.33 Loss of service continuity category LSC1

1.34 Minimum degree of protection IP 4X

1.35 Fuse links to be supplied with ring main units & extensible sw/gr

NO YES/NO* YES/NO* YES/NO*

Page 166: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 166 of 232

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

1.36 Dimensions of air insulated fuse link carrier:

1.36.1 Fuse Length (min) mm

1.36.2 Fuse Length (max) mm

1.36.3 Fuse Diameter (max) mm

1.37 Fuse profile DIN 43625

Fuse length mm 442

Fuse rating (max) A 125

Fuse rating (Compact Outdoor BMU, where applicable)

A

1.38 Min specific creepage in fuse carrier (if free breathing)

mm/kV 25

1.39 Fuse catalogue reference

1.40 Maximum test voltage kVdc 19

1.41 Maximum test voltage kVac 13

1.42 Units lockable with padlocks with 5mm diameter shackle

YES YES/NO* YES/NO* YES/NO*

1.43 Mass of units complete with SF6 and operating mechanism

1.43.1 Indoor RMU: 3-way kg

1.43.2 Indoor RMU: 4-way kg

1.43.3 Indoor extensible switchgear; dual module

kg

1.43.4 Indoor extensible switchgear; single module

kg

1.43.5 Indoor extensible switchgear; metering module

kg

1.43.6 Outdoor RMU; 3-way, complete with kiosk

kg

1.43.7 Outdoor RMU; 4-way, complete with kiosk

kg

1.43.8 Outdoor RMU; 5-way, complete with kiosk

kg

1.43.9 Outdoor Bulk Metering Unit: 1 customer circuit

kg

1.43.10 Outdoor Bulk Metering Unit: 2 customer circuits

kg

1.44 Volume of SF6 in complete unit

1.44.1 Indoor RMU: 3-way ℓ

1.44.2 Indoor RMU: 4-way ℓ

1.44.3 Indoor extensible switchgear; dual module

1.44.4 Indoor extensible switchgear; single module

1.44.5 Indoor extensible switchgear; metering module

Page 167: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 167 of 232

1.44.6 Outdoor RMU; 3-way, complete with kiosk

1.44.7 Outdoor RMU; 4-way, complete with kiosk

1.44.8 Outdoor RMU; 5-way, complete with kiosk

1.44.9 Outdoor Bulk Metering Unit: 1 customer circuit

1.44.10 Outdoor Bulk Metering Unit: 2 customer circuits

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

1.45 Lifting facilities provided YES YES/NO* YES/NO* YES/NO*

1.46 Dimensions of cable boxes

1.46.1 Height mm

1.46.2 Depth mm

1.46.3 Width mm

1.47

Distance between cable support clamp and cable bushing centres (switch disconnector and switch fuse combination)

mm

650

1.48

Distance between cable support clamp and cable bushing centres (circuit breaker with OC current transformers)

mm

800

1.49

Distance between cable support clamp and cable bushing centres (circuit breaker with OC and metering current transformers)

mm

1.50 Cable support clamps suitable for 3 core 35mm2 120mm2 PILC DSTA cable

YES YES/NO* YES/NO* YES/NO*

1.51 Distance between cable bushing centres

mm SANS 876

1.52 Distance from cable bushing connection to nearest earthed metal

mm SANS 876

1.53 Cable Box Gland Plate (Indoor Units)

1.53.1 Gland Plate provided YES YES/NO* YES/NO*

1.53.2 Gland plate IAC type tested YES YES/NO* YES/NO*

1.53.3 Gland plate suitable for assembly around installed cable

YES YES/NO* YES/NO*

1.53.4 Gland plate split YES YES/NO* YES/NO*

1.53.5 Means of provision of seal between gland plate and cable

Range taking rubber

grommet

1.54 Switchgear material details:

1.54.1 Type of material: Main Switch Tank

Page 168: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 168 of 232

1.54.2 Material thickness: Main Switch Tank

mm

1.54.3 Type of material: Sheet Steel Work

1.54.4 Material thickness: Sheet Steel Work

mm

1.54.5 Corrosion protection method: Sheet Steel Work

1.54.6 Type of material: Pedestal / Raising Base (Indoor)

1.54.7 Material thickness: Pedestal / Raising Base

mm

1.54.8 Overall height: Pedestal / Raising Base

mm

1.55 Transit and storage bushing covers provided

YES YES/NO* YES/NO* YES/NO*

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

2. Protective Relays

2.1 Relay Make and Model

2.2 Relay overcurrent characteristics DT, NI, VI, EI

2.3 Relay earth fault characteristics DT, NI, VI, EI

2.4 Current transformer relays: Overcurrent setting range

20 – 100 % In

10 % steps

2.5 Current transformer relays: Earth fault setting range

10 – 100 % In 5 % steps

2.6

Current sensor relays. Overcurrent setting range (Available selectable ranges to be detailed)

10 – 200 A 10 A steps

2.7 Current sensor relays: Earth fault setting range (Available selectable ranges to be detailed)

5 – 100 A 10 A steps

2.8 IDMTL Time multiplier settings Min 0,1 s,

0,1 s steps

2.9 DT Time settings Inst, 0,1 – 1s,

0,1 s steps

2.10 Minimum Primary Current for full relay functionality

% In

2.11 Relay “Wake-Up” time, CB closed onto fault

ms

2.12 Total time to trip: CB closed on fault (relay not “awake”), at settings:

2.12.1 IDMT, NI Curve, 2 x In 0,1 time multiplier

ms

2.12.2 DT, 10 x In, Instantaneous ms

2.13 Total time to trip: fault while on load (relay “awake”), at settings:

Page 169: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 169 of 232

2.13.1 IDMT, NI Curve, 2 x In, 0,1 time multiplier

ms

2.13.2 DT, 10 x In, Instantaneous ms

2.14 Trip indication

LED / HMI; pickup, I˃/I˃˃ tnp per phase,

In˃/Io ˃˃ trip

2.15 Trip indication manually resettable off-load

YES YES/NO* YES/NO* YES/NO*

2.16 Protection relay fitted with electronic HMI

YES/NO* YES/NO* YES/NO*

2.17 Load current indication per phase YES YES/NO* YES/NO* YES/NO*

2.18 Event and fault history record buffer

YES YES/NO* YES/NO* YES/NO*

2.19 Number of fault events / disturbances recorded

2 (minimum)

2.20 HIVI back-up battery type (where applicable)

2.21 HIVI back-up battery minimum service life

Yr 10

2.22 HIVI minimum service duration (off-load / fault)

H 12

2.23 Standard protection relay IP rating, as installed

IP54

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

3. Protection Current Transformers / Sensors

3.1 Means of current measurement CTs / Current

Sensors

3.2 CT Make and designation

3.3 CT Radio A 200/1

3.4 CT Class and accuracy limit factor

5P10

3.5 CT Rated burden VA 2,5

3.6 CT Short time current rating kA for 1s 20

3.7 Current sensor make and designation

3.8 Current sensor type

3.9 Current sensor rating / ratio A 200/1

3.10 Current sensor short time current rating

kA for 1s 20

4. Metering Current Transformers

4.1 Ratio A 100/50/5

4.2 Rated burden VA 10

4.3 Class 0.5

4.4 Short-time thermal current withstand (In)

kA for 1s 20

Page 170: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 170 of 232

4.5 Metering CT type – Extensible switchgear metering module

Block / Ring Core CTs

4.6 Metering CT type – Standard Outdoor bulk metering unit (Where applicable)

Block / Ring Core CTs

4.7 Metering CT type – Compact Outdoor bulk metering unit (Where applicable)

Ring Core CTs

5. Metering Voltage Transformers

5.1 Ratio V 11000 / 110

√Ʒ √Ʒ

5.2 Rated burden VA 25

5.3 Accuracy Class 0.5

5.4 Accuracy Range SANS

60044-2

5.5 Voltage factor continuous

30 s 1,2 1,9

5.6 Short-circuit withstand capability (1 s)

kA SANS 60044-2

5.7 VI Tertiary (Residual) winding provided

Yes YES/NO* YES/NO*

5.8 VT protective circuitry (Protector) provided

Yes YES/NO* YES/NO*

5.9 VT MV fuse rating A

5.10 VT MV fuse make & type

Description Equipment Required

Equipment Offered

Ring Main Units

Extensible Switchgear

O/D Bulk Metering

Units

6. Earth Fault Indicators

6.1 Earth fault indicator Make

6.2 Earth fault indicator Type and Model

6.3 Earth Fault Indicator Sensitivity A 25˂Ie˂50

6.4 Earth fault indicator resetting Automatic and

Manual

6.5 Automatic resetting time delay Hr 8

6.6 Remote indicator provided on kiosk of outdoor equipment

YES YES/NO* YES/NO*

7. Cable Live Indication & Electrical Phasing Facilities

7.1 Equipment make

7.2 Equipment model/type

7.3 Equipment VDS compliant in accordance with SANS 61243-5

YES YES/NO* YES/NO* YES/NO*

7.4 Permanent 3phase facilities YES YES/NO* YES/NO* YES/NO*

8. Phase Comparators

8.1 Equipment make

8.2 Equipment model / type

Page 171: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 171 of 232

8.3 Universal Phase Comparators in accordance with SANS 61243-5

YES YES/NO* YES/NO* YES/NO*

*Delete whichever is not applicable.

Description Equipment Required

Equipment Offered

9. Weatherproof Kiosks

9.1 Material type 3CR12

9.2 Material thickness mm

9.3 Overall Dimensions – RMU Kiosks

9.3.1 Height mm

9.3.2 Depth (front to back) mm

9.3.3 Width (3-Way kiosk) mm

9.3.4 Width (4-Way kiosk) mm

9.3.5 Width (5-Way kiosk) mm

9.4 Overall Dimensions – Outdoor Bulk Metering Unit Kiosks:

9.4.1 Height mm

9.4.2 Depth (front to back) mm

9.4.3 Width (BMUs with single customer circuit)

mm

9.4.4 Width (BMUs with two customer circuits)

mm

9.5 Lifting facilities provided YES YES / NO*

9.6 Minimum degree of protection – weatherproof kiosk

IP 44

9.7 Three point locking mechanism on kiosk doors

YES

9.8 Corrosion protection method Epoxy powder

coating 50µm Avocado C12

10 Supporting Documentation

10.1 Type Test Schedule (Detailing all completed type tests, per tender item) Included with Tender, as specified

YES YES/NO*

10.2

Copies of cover sheets, results summaries and tested equipment details included for all type tests, as specified

YES YES/NO*

10.3 Dimensioned GA, Section and Detail Drawings included as specified

YES YES/NO*

10.4 Installation instructions and IAC installation requirements included, as specified

YES YES/NO*

11. Manufacturer’s guarantee months 12

*Delete whichever is not applicable.

Page 172: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 172 of 232

TENDER SPECIFICATION SPECIFICATION

FOR 11kV OVERHEAD LINE SWITCHGEAR

11 kV AUTO RECLOSERS

Scope

This specification applies to three phase reclosers with a rated maximum system voltage of up to 27 kV, a maximum continuous current rating of 1000 A, and up to 12.5 kA symmetrical interrupting current rating. The recloser shall have the capability for three phase mechanically ganged switching operations.

The recloser is to be designed for pole mounted or substation installations. All of the unit’s protection, control, and metering functions shall be electronically controlled within an integrated control unit.

General

The recloser must utilize magnetically actuated operating mechanism and use solid dielectric for insulation. Oil or SF6 gas is not acceptable as insulating material due to leakage issues. Spring operated and high voltage solenoid mechanisms are not acceptable due to maintenance requirements.

The relay used should have latest features with a large LCD to view single line diagram (SLD) and should have native IEC 61850 protocol with GOOSE messaging capabilities to reduce substation wiring. Control for the recloser shall be the RER615.

Applicable Standards

The recloser and its control must be designed and tested to meet the following standards:

IEC 62271-111 (2012) & ANSI/IEEE C37.60 (2012)

Standard Requirements for Overhead, Padmounted Automatic Circuit Reclosers and Fault Interrupters for Alternating Current Systems

ANSI C37.61/ IEEE 321-1973: IEEE Standard Guide for the Application, Operation and Maintenance of Automatic Circuit Reclosers

ANSI/IEEE C37.90.1-1989: American National Standard Guide for Surge Withstand Capability Tests

ANSI/IEEE C37.90.2-1993: IEEE Trial-Use Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers

ANSI C37.85–1989: American National Standard Safety Requirement for X-Radiation Limits for AC High-Voltage Power Switchgear

The manufacturing facility for the recloser must be ISO 9001 and ISO 14001 certified.

Page 173: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 173 of 232

Ratings

Parameter Unit Value

Rated max. voltage kV 27

Rated lightning impulse withstand voltage (BIL)

kV (peak)

125

Rated continuous (normal) current

A 1000

Rated short-time withstand current

kA 12.5 for 3sec

Rated symmetrical interrupting current

kA 12.5

Rated frequency Hz 50/60

Rated operating sequence O-0.2s-CO-2s-CO-2s-CO

Auxiliary voltage supply V 110-240 VAC

Pollution level as defined in IEC 60815

Very heavy

Ambient air temperature range

°C -40°C... +55°C

Construction

1. The operating mechanism of the recloser should be housed inside a stainless steel, painted cabinet with IP55 rating.

2. Maintenance-free, bi-stable magnetic actuator should provide the required force to open and close the vacuum interrupters. The use of a HV solenoid is not acceptable.

3. The solid dielectric, hydrophobic cycloaliphatic epoxy (HCEP) material is preferred as the insulating material as it is shatter-resistant and is proven for superior performance in outdoor applications. SF6 gas or oil is not acceptable for interruption or insulation purposes.

4. The recloser shall be designed for 10,000 mechanical or load break open/close operations.

5. Provisions shall be included to manual trip the recloser in case of emergency situation. The operating person should be able to easily do the manual tripping by the use of insulated hook stick. When the recloser is manually tripped, a mechanical interlock should get initiated which will block the closing of recloser electrically as well as mechanically to ensure safety of the operating person as well as the system. A separate mechanical resetting lever on the HV cabinet should be provided to reset the interlock.

6. The recloser should have suitable current and voltage sensors to provide protection functions and indicative metering.

7. Operating temperature range shall be -40 C to +50 C

8. Each pole of the recloser shall be identical to allow complete replacement of any individual pole, without disassembly or replacement of the other poles. All parts must be field replaceable.

Mechanism

1. The mechanism shall utilize bi-stable direct drive magnetic actuator capable of fast opening and closing operations with a 0.2 second delay. Bi-stable here

Page 174: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 174 of 232

means that, no operating power is required to hold the unit open or closed. A rechargeable lead acid battery in combination with a tripping capacitor, allowing fast multiple open-closed-open operations, must power the magnetic actuator. Minimum reclose delay time on first reclose shall not exceed 0.2 seconds. The second and third reclosing delay time shall be programmable from 2 seconds onward.

2. Design shall permit multiple operations after loss of primary control voltage to allow dead line operation.

Solid Dielectric Insulation

The insulating dielectric shall be constructed of Hydrophobic Cycloaliphatic Epoxy, or HCEP, a material that has superior hydrophobicity, which is similar to silicone, with the strength of epoxy. Insulation shall not rely on gaseous or liquid dielectric.

The external creepage distance shall be minimum 31mm/kV. Use of boots or screw on bushings to meet creepage is not acceptable.

Vacuum Interrupters

Current interruption shall occur in vacuum interrupters, providing minimum and even contact wear, long life, and maximum reliability. The vacuum interrupters should be of the same make as autorecloser.

Voltage and Current Sensing

1. Suitable current and voltage sensor shall be provided on each phase of the recloser. Output from these sensors is to be sent to the control cabinet for protection and indicative metering.

2. The current sensors shall be current transformers having 600/1 ratio and shall be able to measure current from a range of 2% to 1,000% of rated current. This is necessary to monitor fault duty on the interrupters, and to provide proper oscillography data.

3. The CTs shall not get damaged or open circuited by disconnecting the control cable from an energized recloser.

4. The voltage sensors should be embedded type and provide voltage signals for protection and indicative metering purpose.

5. Control power for the recloser shall be supplied by an external voltage transformer (VT).

Mounting Frame The recloser mounting frame shall be suitable for single/double pole or in a substation type of configuration. The mounting frame shall include the facility to mount six surge arresters.

Consult factory for type of frame and material style availability.

Page 175: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 175 of 232

Control Cable

1. The recloser is to be supplied with a 20 ft (6 m), or 30 ft (9 m), or 40 ft (12 m) control cable interface from the recloser to the electronic control cabinet. A 20 ft (6 m) cable is required for substation frames.

2. The control cable must be supplied with a sufficient number of conductors to accommodate current and voltage sensing wiring to the electronic control (note: recloser voltage sensors do not provide control power to the relay).

Electronic Control

Cabinet Construction 1. The control cabinet should be of stainless steel and should have door handle with

three-point latch.

2. The control cabinet must be of sufficient size to accommodate the addition of a radio, modem, PLC, or customer SCADA wiring.

Battery Backup/UPS

1. Control power for the recloser shall be supplied by an external voltage transformer (VT). Supply of auxiliary voltage transformer shall be in purchaser’s scope

2. The control cabinet is to include battery pack of sealed lead acid batteries, capable of providing up to 24-hours of carryover upon loss of AC source power. During this maximum 24-hour period, the batteries shall be capable of providing up to 100 open and close operations.

3. The batteries must be charged by a temperature compensated charging circuit, allowing the battery to charge at an optimal rate, extending battery life.

4. The battery charger must be an integral component in the control cabinet. Battery health

indication should be available for mapping with SCADA.

5. The unit shall be capable of periodic automatic battery tests.

6. A suitable auxiliary output for powering radios/modems shall be provided.

7. The integrated uninterruptible power supply (UPS) shall operate over the range: 110 or 240 VAC

Control Features

ANSI code

Protection Function

51P-1 Three-phase non-directional overcurrent protection, low stage

51P-2 Three-phase non-directional overcurrent protection, high stage

Page 176: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 176 of 232

50P/51P Three-phase non-directional overcurrent protection, instantaneous stage

67-1 Three-phase directional overcurrent protection, low stage

67-2 Three-phase directional overcurrent protection, high stage

51N-1 Non-directional earth-fault protection, low stage

51N-2 Non-directional earth-fault protection, high stage

50N/51N Non-directional earth-fault protection, instantaneous stage

67N-1 Directional earth-fault protection, low stage

67N-2 Directional earth-fault protection, high stage

21YN Admittance based earth-fault protection

32N Wattmetric based earth-fault protection

51NHA Harmonics based earth-fault protection

46 Negative-sequence overcurrent protection

46PD Phase discontinuity protection

59G Residual overvoltage protection

27 Three-phase under voltage protection

59 Three-phase overvoltage protection

47U+ Positive-sequence under voltage protection

47O- Negative-sequence overvoltage protection

81 Frequency protection

59F Three-phase thermal protection for feeders, cables and distribution transformers

51BF/51NBF Circuit breaker failure protection

68 Three-phase inrush detector

Page 177: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 177 of 232

94/86 Master trip

MAP Multi-purpose protection

Measurements

IA,IB,IC Three-phase current

Demand metering, Max/Min metering

I1, I2, I0 Sequence current

IG Ground current

VA,VB,VC Three-phase voltage, source

VA,VB,VC(2) Three-phase voltage, load

V1,V2,V0 Sequence Voltages, Source

P,E Three-phase power and energy (incl. cos j)

f Frequency

DFR Disturbance recorder

SER Sequence of Events (SER)

FLTMSTA Fault Recorder

LEDs

Recloser Open / Close

Over current pickup

Earth fault Pickup

Autrorecloser Ready

Battery Status

AR in function/Locked out

Condition monitoring

Based on the application, each of programmable alarms LED should be able to be reprogrammed.

Possibility to have a user definable text for each alarm LED

Each LED should be able to be set separately based in the application i.e.

blinking before acknowledgement, steady signal etc.

The following user interface is required:

A large multiple line display having facility to indicate the CB position in the form of SLD is required

Page 178: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 178 of 232

All protective functions, data records, metered values are to be accessible and configurable through the front panel

Possibility of block any protective setting or deletion of record data by use of password

ANSI, IEC, User Programmable and Recloser curves must be provided:

Each curve shall be capable of being shifted vertically (time delay) or horizontally (pickup multiplier), or modified with a curve adder and definite time adders

Directional protection and alarming

Under and over voltage protection and alarming - single and three-phase

Under and over frequency protection and alarming

Controller Analog Inputs:

Controller should have 3 CT inputs.

The IEDs should feature draw-out-type design in such a way that without removing existing wires front part of IED should be easily withdrawn short-circuiting the main CTs.

The control must have the following communication features:

Each control shall be individually addressable via the communications protocol selected. No external gateway or router shall be necessary.

Control shall be programmed from Front Panel using Ethernet RJ45

Optional Isolated RS-232, RS-485 and additional Ethernet RJ 45 shall be provided for communication.

The control must be supplied with native IEC 61850 protocol, without any additional external hardware/converter

For fast tripping purpose, controller needs to have GOOSE according to IEC61850 Type 1, Class P1 (<10ms)

Only common, open protocols are to be supplied. No proprietary or modified protocols are allowed.

Controller need to have Local and Remote User authorization. At least 4 different user groups must be supported: Viewer, Operator, Engineer, and Administrator.

For Local access via controller HMI, password and for Remote access password is mandatory

Password need to support: Numbers, Letters, Space, Special characters

PRICE SCHEDULE Pricing Instructions:

Page 179: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 179 of 232

All prices shall be tendered inclusive of VAT and including customs or excise duty and any other duty, levy, or other applicable tax. All prices shall be tendered in accordance with the units specified in this schedule. All prices tendered must include all expenses, disbursements and costs (e.g. transport, overheads, accommodation etc) that may be required in and for the execution of the work described in the Specification, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract as well as overhead charges and profit (in the event that the tender is successful). All prices tendered will be final and binding.

Prices tendered below shall be subject to adjustment in accordance with Schedule?.

Item

no

Description Unit Unit price

delivered and off

loaded (Inclusive

of VAT) (R)

Specified Delivery Period from date of Official Purchase Order

(Weeks)

Tendered Delivery Period from date of Official Purchase Order

(Weeks

1 11 kV Auto Recloser complete as per specification

each 10

Page 180: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 180 of 232

TENDER SPECIFICATION SPECIFICATION

FOR

11kV OVERHEAD LINE SWITCHGEAR

LOAD BREAK SWITCH (SECTIONALIZER) GENERAL REQUIREMENTS The load break switch is a 3 phase device required to sectionalize an overhead Medium Voltage line either by operating the switch manually from ground level, or remotely where a motorized mechanism is specified. The switch shall be capable of breaking load current and making fault current at the specified levels and at the specified voltage, on all 3 phases simultaneously. Two- way or three-way switching may be specified. Where specified, the switch shall be equipped with integral earthing facilities. The switching and earthing components of the device shall be metal-enclosed and operate under pressurized SF6 which shall be the insulating and quenching medium. The external portion of the MV bushings shall be of silicon rubber. Current transformers, where specified, shall be ring-type and housed in the bushing turrets.

1 SWITCHGEAR DESIGN CRITERIA

The switchgear shall generally comply with NRS 012.

The equipment offered shall comprise the Manufacturer's standard equipment, the reliability of which has been thoroughly proved in service.

APPLICABLE STANDARDS

Load break switches shall comply with the following standards where applicable: -

SANS 60129 (IEC 60129) - AC disconnectors and earthing switches SANS 60265-1 (IEC 60265-1) - HV switches for rated voltages above 1kV and

less than 52kV IEC 60694 - Common specification high-voltage switchgear and control gear

standards. ANSI/IEEE C37.63 - IEEE Standard requirements for overhead, pad-mounted, dry vault, and submersible automatic line sectionalizers for AC systems ANSI/IEEE C37.71 - Three-phase, manually operated subsurface load-interrupting switches for alternating-current systems GB 3804 - A.C. high voltage switches for rated voltages from 3kV to 63kV GB/T11022 - Common specification for high voltage switchgear and

controlgear standards RATINGS Loadbreak switches shall be rated as follows: -

Rated voltage - 24 kV Rated normal current - 630 A Rated frequency - 50 Hz Lightning impulse voltage 1,2/50s - between phases & to earth -125 kV

- across the isolating distance - 145 kV

Page 181: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 181 of 232

Power-frequency voltage 1 min, wet - between phases & to earth - 50 kV

- across the isolating distance - 60 kV Rated short-time withstand current rms - 20 kA, 3s Short-circuit making capacity - 50 kA, peak Rated breaking current - 630 A Mechanical endurance: minimum - Main Switch - 5000 CO operations

- Earthing Switch - 2000 CO operations TYPE TESTING All components and accessories shall have passed the type tests laid down in

the appropriate specifications. The Tenderer shall submit with his tender, copies of the results of all type tests and certificates of rating, including making and breaking capacity, short time rating (for 3 seconds), capacitive switching rating, internal arc withstand and impulse withstand voltage. The tests shall have been conducted by an internationally recognised testing authority and approved by the Engineer. TENDERS WILL NOT BE CONSIDERED UNLESS THE REQUIRED CERTIFICATES HAVE BEEN SUBMITTED. The certificates shall cover the high voltage type tests on a completely assembled load-break switch including current transformers.

The equipment offered shall be identical to the equipment covered by the type

tests and the load-break switch offered shall be assembled in the same factory as the type tested one. All primary components of the switchgear shall be made and assembled by the same manufacturer.

SPECIFIC REQUIREMENTS

Mechanism: A ganged opening and closing mechanism shall be spring assisted tooperate the three poles simultaneously. The same arrangement shall apply to integral earthing switches where fitted. Manual operation: An opening and closing lever shall be operable by means of a linkstick from

ground level. Where an earthing switch is fitted the same arrangement shall apply. Indication: Light-reflecting, mechanical indicators, to show clearly and

unambiguously from ground level (even at night during heavy rain) the status of each internal switch, i.e.open, closed or earthed, shall form part of the load-break switch mechanism and be coupled directly to the operating shaft. Indicators shall conform to the following: -

STATUS SYMBOL COLOUR Open O Green Closed I Red Earthed Ŧ Yellow Density gauge: Where specified, an SF6 gas density gauge, readable from

ground level, shall be fitted to the tank to verify the internal SF6 gas pressure and to show the acceptable range in green and the under-pressure range in red.

Page 182: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 182 of 232

Motor Operation: Where specified, a motor drive shall be fitted to the load-break switch mechanism box. The motor drive can be factory fitted, if so ordered, or ordered separately and retrofitted to manually operated load-break switches where upgrading to motor operation is required. The motor shall be rated for 12V DC operation. Only manual earthing switches shall be fitted to load-break switches with a motorized mechanism.

Electrical control cabinet: Where specified, an electrical control cabinet shall be supplied for pole-mounting underneath the load-break switch at 2-3 m above ground level. The cabinet shall be constructed of stainless or hot-dipped galvanized steel of minimum 3mm thickness, with a full height and width door which can be locked with a10mm padlock. The cabinet shall house relevant control circuit components ( heater – at least 40W, protection MCB, push button, local/remote selector switch, etc ) and a 12V battery of sufficient storage capacity to open and close the load break switch 10 times and anautomatic charger wired for 220V AC supply.

SCADA interface: Where an electrical control cabinet is specified, as above, sufficient space should be left to house the remote control and communications interface to be supplied by others. The space required for this purpose will be a maximum of 300x200x200mm.The following normally open contacts shall be fitted by the Supplier within the cabinet as inputs to the communications interface: -

“Load-break switch open” “Load-break switch closed” “Remote operation selected” “Local operation selected” “Motor DC trip” “Battery Charger 220V supply failure” “Cabinet door open”

Normally open contacts, closed via remote control, shall be provided by others to be wired in series with the following load break switch control circuits when selected to “remote” : -

“Open load break switch” “Close load-break switch” Control Cable

An 8m control cable to link the motor to the electrical control cabinet, shall be provided where motor drive is specified.

Current Transformers: Where specified, current transformers shall be of the ring-type with solid insulation and incorporated into the bushing turrets. A shielded cable, 5m long, shall be provided and connected at one end to the CT secondaries, with the other end made off with terminal lugs and ferruled to clearly indicate the phase (R,Y,B) and polarity (P1 andP2) of each pair of secondary leads.

Ratings of CT’s shall be: - Ratio: 400/1 Class: 5P10 Burden: 3VA CONFIGURATION OPTIONS

The Supplier, where possible, should offer the following options for various configurations of load break switch which may be required: -

Page 183: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 183 of 232

ITEM No. DESCRIPTION

OPTION 1: MANUALLY OPERATED SWITCHES

A.1.7.1 24kV, 630A, 20kA, 2-position 2-way load break switch, without integrated earth. Silicone rubber insulators and manually operated only.

A.1.7.2 24kV, 630A, 20kA, 3-position 2-way load break switch, with integrated earth. Silicone rubber insulators and manually operated only.

A.1.7.3 24kV, 630A, 20kA, 3-position 3-way load break switch, with integrated earth. Silicone rubber insulators and manually operated only.

OPTION 2: MANUALLY OPERATED, MOTORIZED & REMOTE CONTROLLED SWITCHES

A.1.7.4

24kV, 630A, 20kA, 2-position 2-way load break switch, without integrated earth. Silicone rubber insulators. Complete with manual and motorized local control and electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others. 3 current transformers in bushings

A.1.7.5

24kV, 630A, 20kA, 2-position 3-way load break switch, without integrated earth. Silicone rubber insulators and complete with manual and motorized local control and electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others. 3 current transformers in bushings

A.1.7.6

24kV, 630A, 20kA, 3-position 2-way load break switch, with integrated earth. Silicone rubber insulators and complete with manual and motorized local control and electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others. 3 current transformers in bushings

A.1.7.7

24kV, 630A, 20kA, 3-position 3-way load break switch, with integrated earth. Silicone rubber insulators and complete with manual and motorized local control and electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others. 3 current transformers in bushings

PAINT COLOURS AND FINISHES

The exposed metal surfaces of load-break switches shall be painted with anti-corrosive paint suitable for coastal conditions. The colour of the final coat of paint shall be to SANS 1091, G29 Light Grey.

All nuts, bolts, washers, etc which are fitted after fabrication shall be painted as described above.

Page 184: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 184 of 232

RATING PLATE

A manufacturer’s rating plate shall be fixed to the exterior of the load-break switch which shall state the rated voltage and rated making and breaking current as well as current transformer details where fitted .

TECHNICAL LITERATURE The Tenderer shall submit copies of manufacturer’s brochures and/or drawings as well as specifications describing the design and operation of the load-break switches offered.

1.1 1.2 COMPLIANCE WITH SPECIFICATION 1.3

All apparatus should comply with this Specification. Any departures from the requirements of this Specification shall be stated in the Schedules and may be accepted at the Engineer's discretion.

Page 185: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 185 of 232

PRICE SCHEDULE Pricing Instructions: All prices shall be tendered inclusive of VAT and including customs or excise duty and any other duty, levy, or other applicable tax. All prices shall be tendered in accordance with the units specified in this schedule. All prices tendered must include all expenses, disbursements and costs (e.g. transport, overheads, accommodation etc) that may be required in and for the execution of the work described in the Specification, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract as well as overhead charges and profit (in the event that the tender is successful). All prices tendered will be final and binding.

Prices tendered below shall be subject to adjustment in accordance with Schedule?.

Item no Description Unit Unit price delivered

and off loaded

(Inclusive of VAT) (R)

Specified Delivery Period from date of Official Purchase Order

(Weeks)

Tendered Delivery Period from date of Official Purchase Order

(Weeks

1 Gang operated, load break switch, SF6 insulated, with silicone rubber insulators.

1.1 2-position,2-way, manual operation, without integral earthing,

each

1.2 3-position, 2-way, manual operation, with integral earthing

each

1.3

3-position 3-way, manual operation, with integral earthing

each

Page 186: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 186 of 232

1.4

-position,2-way, without integral earthing.Motorized and manual local operation. Electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others 3 current transformers in bushings.

each

1.5

3-position,2 -way, with integral earthing.Motorized and manual local operation. Electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others 3 current transformers in bushings.

each

1.6

3-position,3 -way, with integral earthing.Motorized and manual local operation. Electrical control cabinet equipped for remote control, but SCADA interface equipment to be supplied by others 3 current transformers in bushings.

each

2 Voltage regulator 1PH; 11kV; 200A; for Delta Operation; to Eskom Spec.

each

Page 187: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 187 of 232

TENDER SPECIFICATION

SPECIFICATION FOR

SPECIFICATION FOR BATTERY CHARGERS AND BATTERIES FOR SUBSTATION APPLICATIONS.

1. SCOPE : 1.1 This specification provides for the manufacture, supply and delivery of a

battery and charger unit. 1.2 The battery and charger unit shall be supplied, fitted with all ancillary

equipment necessary to make a complete installation. 1.3 The battery shall be of the pocket plate nickel cadmium low Maintenance type

complying with Specification IEC 623 (1990) having an estimated life of 20 years and requiring topping up every 3 + years. Full detail of the battery offered must be submitted with the tender.

1.4 STANDARD SPECIFICATION

The battery and charger unit shall comply with the latest edition of the following standards :- BATTERY CELLS IEC 623 BS6260 (1982) PVC CABLE SABS 150 QUALITY SYSTEM MINIMUM ISO9002

2. DOCUMENTATION 2.1 DRAWINGS :

The following drawings should be supplied :- a) Fully dimensioned outline and general arrangement. b) Schematic diagrams of the unit. All equipment is to be clearly detailed

and no “Black boxes” will be accepted. c) Drawings must be available in electronic format (.DXF) The above drawings shall be supplied for approval as soon as possible after the placing of the contract.

2.2 INSTRUCTION MANUALS One copy on delivery of the instruction manual must be supplied with the equipment. The manuals shall be complete with all relevant drawings enabling the equipment to be assembled, tested and maintained. All electronic modules that are used in the charger system must have setting up procedures and basic fault finding details as well as comprehensive schematics of the electronic cards shall be included in the manuals.

2.3 QUALITY SYSTEM The manufacturer of the battery charger must operate a Quality System in compliance with ISO 9000. Proof of compliance with this requirement must be submitted with the tender and should include a copy of the registration certificate.

Page 188: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 188 of 232

2.4 DRAWINGS TO BE SUBMITTED WITH TENDER a) Dimensioned outline drawing. a) Typical schematic drawings of the battery charger circuits. b) All drawings shall be available in electronic format (.DXF format) One copy of the above drawings shall be submitted with the tender documents

3. GUARANTEE OF MATERIALS AND COMPLIANCE WITH SPECIFICATIONS

The equipment supplied be guaranteed for a period of twelve months from the date of commissioning against defective materials and workmanship. Tenderer’s are to indicated clause compliance with this specification and any divergencies are to be clearly stated.

4. INSPECTION AND TESTING 4.1 If specified the final works test before despatch shall be carried out in

the presence of our representatives who shall be advised one week in advance of the proposed testing programme. The attendance or otherwise of the representative at the final works test shall not relieve the manufacturer of his contractual responsibilities as regard the correctness and workmanship of the equipment.

4.2 All alteration after delivery required through non compliance with the specification and drawings shall be done by the supplier for his account.

5. DELIVERY Delivery of equipment specified under section 1 of this specification shall be delivered together with its associated switchboard.

6. TECHNICAL SPECIFICATION 6.1 SERVICE CONDITIONS

Maximum ambient temperature 40 C Minimum ambient temperature - 5 C Relative Humidity 95 %

6.2 The battery and charging equipment shall be suitable for operating under the site conditions specified, at the voltages, currents and rating specified. Particular attention is directed to the temperature range at site and to the maximum permissible AC component of the charging current to prevent AC corrosion of the battery. Double pole circuitry is to be adopted throughout. The charger shall be rated to supply the continuous standing load in addition to the battery boost requirements. The output shall be smoothed to 5 % of the nominal DC output with the battery disconnected.

6.3 The charging unit shall be of the constant voltage controlled current type

suitable for pre-selection of the DC float voltage which is to be maintained across the battery to within +- 1 % for a variation in AC supply voltage of +- 10 %. The voltage adjusting devices shall be mounted inside the panel and provided with screw driver slots for adjustment. Each adjustment shall be labeled to indicate its purpose and the direction in must be rotated to raise or lower the voltage setting.

Page 189: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 189 of 232

6.4 The design of the charger shall be such that the failure of the control equipment shall automatically reduce the DC output current to a safe minimum value.

6.5 A double pole AC switch and fuse or circuit breaker shall be provided for the incoming AC supply. The outgoing circuits shall be protected by fuses or MCB.

6.6 Chargers shall be provided with surge suppressors for protection against

diode failure, due to voltage transients. 6.7 The charger shall be provided with static overload protection to ensure that in

the event of the charger output being short circuited, the maximum output current is kept to a value within the continuous rating of the charger components.

6.8 All indicating instruments shall be of the flush mounting, square dial type. An

ammeter shall be provided to indicate charger output.

A voltmeter shall be provided across the battery. 6.9 The charger shall be equipped with a proprietary automatic boost, test and

alarm system. This system shall include the following :-

AUTOMATIC BOOST Boost charging is to be initiated every 28 days and automatically changed back to float when the battery is fully charged. Boost charging also to be initiated if the battery is discharged to the preset low voltage alarm level. Protection is to be provided to automatically terminate boost charging by means of a 21 hour override timer or by HVA 1 or HVA 2 as described below.

HIGH VOLT ALARM 1 (HVA1) This alarm level to be preset to just above the normal float voltage. HVA 1 allows for boost charging whilst providing protection against overcharging or excessive load voltage. Boost charge is terminated after 10 hours in the HVA 1 condition. An alarm is initiated if the battery voltage exceeds this preset level or alternatively is above normal float for 21 hours.

HIGH VOLT ALARM 2 (HVA2) This alarm level to be preset to just above the normal boost voltage. When the HVA 2 level is reached, boost to be immediately terminated and a high voltage alarm initiated.

AUTOMATIC BATTERY TESTING An alarm system is to be included to automatically check the internal resistance of the battery and associated connectors every 10 hours. The charger to be automatically switched off, for 5 seconds and a load applied to the battery for 5 seconds. If the battery voltage drops below a preset level a “Battery Fail Alarm” to be initiated and latched. This alarm should not latch for a low voltage condition resulting from a normal discharge. Separate local indication to be given for “Battery Fail” and “Low voltage” To prevent additional discharging of the battery, testing to be inhibited after indication of charge failure.

CHARGE FAIL

Page 190: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 190 of 232

A charge fail alarm to be initiated when the charging voltage is below normal float.

EARTH FAULT A suitable earth fault detection system shall be provided with indication of positive or negative earth faults exceeding 10mA. All alarm functions are to be wired out as individual alarms via relay contacts to terminals for remote use. INDICATION Flashing LED’s to provide local indication for “Boost Charging” “High Voltage” “Battery Fail” “Low Voltage” and “Charge Fail” Under mains or charge fail conditions the alarm system shall not draw more than 80mA from the battery.

6.10 Unless otherwise approved all control wiring shall be wired in multi strand PVC wires of the appropriate cross section.

All wiring shall be numbered by means of ferrules. Crimped lugs shall be used for terminations. Care shall be taken that the wiring is adequately supported, insulated and carried out in a neat manner.

6.11 The battery or charger unit shall be vermin proofed and provision shall be made for termination of all external cabling.

6.12 A rating plate shall be supplied indicating the maximum charge current, AC

and DC voltage, number and type of battery cell. 6.13 The cells forming the battery will be supplied complete with all inter-cell and

inter-row connectors and nuts and bolts. 6.14 Labels shall be provided on the front panels and interior of the unit for marking

terminals, switches, fuses, alarm devices and outgoing terminals Material used shall be anodized aluminium or white/black traffolyte and shall be engraved in accordance with approved label schedules. The labels shall be finished to give an overall neat appearance. Labels of the self adhesive or “Dymo” type are not acceptable. For warning labels, white letters on a red background are preferred.

External labels shall be fixed by means of screws. All labels on the font shall be in the English language. 6.15 After drilling, cutting etc. the cubicles shall be cleaned and powder coated with

final colour to be advised. The interior chassis plate of the cubicle shall be finished in gloss white.

Where batteries are contained within the charger cubicle, the charger and battery compartments are to be entirely separated from one another with no air movement possible between them. Battery shelves shall be protected by coating with Polyurethane rubber.

7. DETAILED REQUIREMENTS 7.1 NUMBER OF UNITS REQUIRED ……………

TYPE OF BATTERY LOW MAINTENANCE

Page 191: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 191 of 232

POCKET PLATE NICKEL CADMIUM 7.3 BATTERY NOMINAL VOLTAGE 32V DC and 110V DC 7.4 MAXIMUM FLOAT VOLTAGE NOMINAL + 10% 7.5 MINIMUM BATTERY TERMINAL 25V DC / 100V DC

VOLTAGE AFTER DISCHARGE DUTY 7.6 POWER SUPPLY TO UNIT 110/230/ 250 V AC

1 PHASE 7.7 CHARGER OUTPUT RATING 10A CONTINUOUS 7.8 STANDING LOAD ESTIMATE 1,5A 7.9 AMPERE HOUR CAPACITY REQUIRED 10AH MINIMUM 7.10 RECHARGE TIME TO 80 % CAPACITY WITH CONTINUOUS LOAD CONNECTED 10 HOURS

8. GUARANTEES AND TECHNICAL PARTICULARS FOR RETURN WITH TENDER.

8.1 Number and type of cell. 8.2 Capacity at the 5 hour rate in ampere hours. 8.3 Maximum power supply requirements of charger. 8.4 Voltage during boost charge V.P.C 8.5 Normal float voltage of cell. 8.6 Maximum continuous load on battery charger after deducting battery

requirements (In amps) 8.7 Type of charger. 8.8 Type of instruments to be used. 8.9 Type of terminal blocks to be used. 8.10 Details of steel preparation, undercoating and finishing. 8.11 Life of battery. 8.12 Discharge duty. 8.13 Detailed calculations concerning the battery sizing shall be forwarded with

tender. 8.14 Details of alarm system offered

PRICE SCHEDULE Pricing Instructions: All prices shall be tendered inclusive of VAT and including customs or excise duty and any other duty, levy, or other applicable tax. All prices shall be tendered in accordance with the units specified in this schedule. All prices tendered must include all expenses, disbursements and costs (e.g. transport, overheads, accommodation etc) that may be required in and for the execution of the work described in the Specification, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract as well as overhead charges and profit (in the event that the tender is successful). All prices tendered will be final and binding.

Prices tendered below shall be subject to adjustment in accordance with Schedule?.

Page 192: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 192 of 232

Item no

Description Unit Unit price delivered and off loaded (Inclusive of VAT) (R)

Specified Delivery Period from date of Official Purchase Order

(Weeks)

Tendered Delivery Period from date of Official Purchase Order

(Weeks 1 Batteries & Battery Chargers

1.1

110V DC 10A BATTERY TRIP UNIT INCLUDING BATTERIES

each 10

1.2

SET OF 85 CELLS SAFT KPZ18 N1 Cd BATTERIES OR EQUIPMENT FOR 110 V

each 10

1.3

30V DC 10A BATTERY TRIP UNIT, INCLUDING BATTERIES

each 10

SET OF 24 CELLS KPZ18 SAFT N1 CA BATTERIES OR EQUIPMENT FOR 32V

each 10

Page 193: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 193 of 232

VARIATION SCHEDULE

The Tenderer shall clearly detail any variations or omissions, etc. Failure to detail qualifications shall signify compliance.

Clause No. Qualifications

Page 194: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 194 of 232

PRICE ADJUSTMENT SCHEDULE The Tenderer shall detail hereunder any adjustments to which prices stated in the schedules. If prices are not subject to adjustment, the Tenderer shall enter "NIL" in the Schedule hereunder.

Page 195: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 195 of 232

PAST EXPERIENCE

This schedule is compulsory to complete! Tenderers must furnish hereunder details of similar works / services, which they have satisfactorily completed in the past. The information shall include a description of the Works / Services, the Contract value and name of Employer.

Employer Nature of Work

Value of Work

Duration and Completion

Date

Employer Contact Number

______________________ ________________________ Date Signature of Tenderer

Page 196: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 196 of 232

THE TENDER OFFER

I/We Mr/Mrs/Messrs _____________________________________________________ duly assigned to represent the service provider for the purpose of this tender, hereby tender to supply all or any of the goods and/or render all or any of the services described in the attached documents to the George Municipality on terms and conditions stipulated in this tender and in accordance with the specifications stipulated in the tender documents (which shall be taken as part of, and incorporated into this tender) at the price reflected in the Pricing Schedule. I/we agree that this offer shall remain valid for a period of four (4) months commencing from the closing date and time of this tender. I/we further agree that: This tender and its acceptance shall be subject to the terms and conditions contained in the George Municipality’s Supply Chain Management Policy; If I/we withdraw my/our tender within the period for which I/we have agreed that the tender shall remain open for acceptance, or fail to fulfill the contract when called upon to do so, the George Municipality may, without prejudice to its other rights, agree to the withdrawal of my/our tender or cancel the contract that may have been entered into between me/us and the George Municipality and I/we will then pay to the George Municipality any additional expense incurred by the George Municipality having either to accept any less favorable tender or, if fresh tenders have to be invited, the additional expenditure incurred by the invitation by the invitation of fresh tenders and by the subsequent acceptance of any less favorable tender; the George Municipality shall also have the right to recover such additional expenditure by set-off against moneys which may be due or become due to me/us under this or any other tender or contract or against any guarantee or deposit that may have been furnished by me/us or on my/our behalf for the due fulfillment of this or any other tender or contract and pending the ascertainment of the amount of such additional expenditure or retain such moneys, guarantee or deposit as security for any loss the George Municipality may sustain by reason of my/our default; If my/our tender is accepted the acceptance may be communicated to me/us by letter or order by certified mail or registered mail. Such posting shall be deemed to be proper service of such notice with effect from the date of posting/dispatch of such notice; The law of the Republic of South Africa shall govern the contract created by the acceptance of my/our tender and that I/we choose domicilium citandi et executandi in the Republic of South Africa, where any and all legal notices may be served at (full street address on this place): Physical Address: _________________________________ _________________________________ _________________________________ _________________________________ I/we furthermore confirm that I/we have satisfied myself/ourselves as to the correctness and validity of my/our tender; that the price(s) and rate(s) tendered cover all the work/item(s) specified in the tender documents and that the price(s) and rate(s) cover all

Page 197: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 197 of 232

my/our obligations under a resulting contract and that I/we accept that any mistakes regarding price(s) and calculations will be at my/our own risk. I/we hereby accept full responsibility for the proper execution and fulfillment of all obligations and conditions devolving on me/us under this agreement as the Principal(s) liable for the due fulfillment of this contract. I/we agree that any action arising from this contract may in all respects be instituted against me/us and I/we hereby undertake to satisfy fully any sentence or judgement which may be pronounced against me/us as a result of such action. I/we declare that I/we have participation / no participation in the submission of any other offer for the supplies/services described in the attached documents. If in the affirmative, state name(s) of tenders involved. Name: _________________________________ Signature: _________________________________ Date: _________________________________

This form must be completed and signed to be considered provisionally responsive.

Page 198: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 198 of 232

ACCEPTANCE

By signing this part of the form of offer and acceptance, the employer identified below accepts the supplier’s offer. In consideration thereof, the employer shall pay the supplier the amount due in accordance with the conditions identified in the tender data. Acceptance of the supplier’s offer shall form an agreement between the employer and the supplier upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on the date when the supplier receives one fully completed original copy of this document, including the schedule of deviations (if any). Unless the supplier within five working days of the date of such receipt notifies the employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the parties. Name: MR TREVOR BOTHA Signature: _________________________________ Capacity: MUNICIPAL MANAGER Date: _________________________________

For the Employer: GEORGE MUNICIPALITY CIVIC CENTRE YORK STREET GEORGE

Page 199: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 199 of 232

MBD 2

TAX CLEARANCE CERTIFICATE

It is a condition of bid that the taxes of the successful bidder must be

in order, or that satisfactory arrangements have been made with South

African Revenue Service (SARS) to meet the bidder’s tax obligations. Proof

of this arrangement must be submitted with this tender.

1 In order to meet this requirement bidders are required to complete in full the form TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

2 Copies of the TCC 001 “Application for a Tax Clearance Certificate” form

are available from any SARS branch office nationally or on the website www.sars.gov.za.

3 Applications for the Tax Clearance Certificates may also be made via

eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

4 SARS will then furnish the bidder with a Tax Clearance Certificate that will

be valid for a period of 1 (one) year from the date of approval. 5 The original Tax Clearance Certificate must be submitted together with

the bid. Copies of the Tax Clearance Certificate will only be valid if the bidder is registered on the George Municipality’s accredited supplier database, which will contain the original Tax Clearance Certificate.

6 In bids where Consortia / Joint Ventures / Sub-contractors are involved,

each party must submit a separate original Tax Clearance Certificate.

7 Furthermore, the responsibility remains with each Contractor (successful Tenderer) to submit updated original Tax Clearance – Good Standing to the abovementioned Supplier Management Office (in the Supply Chain Management department on the 1st Floor, Civic Centre, George Municipality, York Street, George) should any current certificate expire during the tender or contract. Failure to do so may lead to the suspension of transactions with the contractor until a valid Tax Clearance Certificate is received by that office.

Page 200: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 200 of 232

MBD 4

DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state*.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in the service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

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

3.1

3.2

3.3

3.4

3.5

3.6

3.7

Full Name of bidder or his / her representative: ………………………………………………………………………………………….. Identity number: ……………………………………………………………………… Position occupied in the Company (director, trustee, shareholder²): ………………………………………………………………………………………….. Company Registration Number: ……………………………………………………. Tax Reference Number: …………………………………………………………….. VAT Registration Number: ………………………………….………………………. The names of all directors / trustees / shareholders / members, their individual identity numbers and state employee numbers (where applicable) must be indicated in paragraph 4 below.

3.8

3.8.1

Are you presently in the service of the state?* If yes, furnish the following particulars: Name of person / director / trustee / shareholder member: ………………………………………………………………………….. Name of state institution at which you or the person connected to the bidder is employed: ………………………………………………………………………….. Position occupied in the state institution: ………………………………………………………………………….. Any other particulars: …………………………………………………. …………………………………………………………………………..

YES / NO

Page 201: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 201 of 232

3.9

3.9.1

Have you been in the service of the state for the past twelve months? If so, furnish particulars. ………………………………………………………………………….. …………………………………………………………………………..

YES / NO

3.10

3.10.1

Do you have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid? If yes, furnish the following particulars: Name of person: ………………………………………………………. Name of state institution at which you or the person connected to the bidder is employed: ………………………………………………………………………….. Position occupied in the state institution: ………………………………………………………………………….. Any other particulars: …………………………………………………. …………………………………………………………………………..

YES / NO

3.11

3.11.1

Are you aware of any relationship (family, friend, other) between the bidder and any person in the service of the state who may be involved with the evaluation and or adjudication of this bid? If yes, furnish the following particulars: Name of person: ………………………………………………………. Name of state institution at which you or the person connected to the bidder is employed: ………………………………………………………………………….. Position occupied in the state institution: …………………………… Any other particulars: …………………………………………………. ………………………………………………………………………....

YES / NO

3.12

3.12.1

Are any of the company’s directors, managers, principal shareholders or stakeholders in the service of the state? If yes, furnish the following particulars:

YES / NO

Page 202: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 202 of 232

Name of person / director / trustee / shareholder / member: …………………………………………………………………………… Name of state institution at which you or the person connected to the bidder is employed: ………………………………………………………………………….. Position occupied in the state institution: …………………………… Any other particulars: …………………………………………………. …………………………………………………………………..……..

3.13

3.13.1

Is any spouse, child or parent of the company’s directors, trustees, managers, principle shareholders or stakeholders in the service of the state? If yes, furnish the following particulars: Name of person / director / trustee / shareholder / member: …………………………………………………………………………… Name of state institution at which you or the person connected to the bidder is employed: ………………………………………………………………………….. Position occupied in the state institution: …………………………… Any other particulars: …………………………………………………. ……………………………………………………………….…………..

YES / NO

3.14

3.14.1

Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract? If yes, furnish particulars: .………………………………………………………………………….. .…………………………………………………………………………..

YES / NO

4. Full details of directors / trustees / members / shareholders:

Page 203: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 203 of 232

THE FOLLOWING INFORMATION IS COMPULSORY TO COMPLETE:

Full Name Identity Number Individual Tax Number for each

Director

State Employee Number (where

applicable)

5. The contract will be automatically cancelled if there is a conflict of interest which is not disclosed by the bidder.

………………………………….. …….…………………….…….. Signature Date

…………………………………… …………………………………. Capacity Name of Bidder

¹MSCM Regulations: “in the service of the state” means to be - (a) a member of –

(i) any municipal council; (ii) any provincial legislature; or (iii) the National Assembly or the National Council of Provinces;

(b) a member of the board of directors of any municipal entity; (c) an official or any Municipality or municipal entity; (d) an employee of any national or provincial department, national or

provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);

(e) a member of the accounting authority of any national or provincial entity; or

(f) an employee of Parliament or a provincial legislature. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or business and exercise control over the company.

Page 204: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 204 of 232

MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE

GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxes included).

1.2 The value of this bid is estimated to exceed R1 000 000 (all applicable taxes included) and therefore the 90/10 preference point system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contribution.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE 90

B-BBEE STATUS LEVEL OF CONTRIBUTION 10

Total points for Price and B-BBEE must not exceed

100

1.5 Failure on the part of a bidder to submit a B-BBEE Verification Certificate from a

Verification Agency accredited by the South African Accreditation System (SANAS), or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or a sworn affidavit confirming annual turnover and level of black ownership in case of an EME and QSE together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

(a) “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies;

(b) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

Page 205: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 205 of 232

(c) “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(d) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

(e) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003) as amended by Act No 46 of 2013;

(f) “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

(g) “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

(h) “contract” means the agreement that results from the acceptance of a bid by an organ of state;

(i) “EME” means an Exempted Micro Enterprise as defines by Codes of Good Practice issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(j) “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

(k) “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;

(l) “non-firm prices” means all prices other than “firm” prices;

(m) “person” includes a juristic person;

(n) “QSE” means a Qualifying Small Enterprise as defines by Codes of Good Practice issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 ( Act No. 53 of 2003);

(o) “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

(p) “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

(q) “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

Page 206: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 206 of 232

(r) “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and

(s) “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

Page 207: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 207 of 232

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5.2 A bidder who qualifies as an EME in terms of the B-BBEE Act must submit a sworn affidavit confirming Annual Total Revenue and Level of Black Ownership.

5.3 A Bidder other than EME or QSE must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary Institutions and Public Entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 5.1

7.1 B-BBEE Status Level of Contribution: = (maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or a sworn affidavit.

8. SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

Page 208: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 208 of 232

8.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............………...% ii) The name of the sub contractor……………………………………………… iii) The BBBEE status level of the sub contractor......................................…. iv) Whether the sub-contractor is an EME.

(Tick applicable box)

YES NO

9. DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of company/firm:……………………………………………………………

9.2 VAT registration number:……………………………………….…………………

9.3 Company registration number:…………….……………………….…………….

9.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

……………………………………………………………………………………………

……………………………………………………………………………………………

……………………………………………………………………………………………

……………………………………………………………………………………………

……………………………………………………………………………………………

…………..

9.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

9.7 MUNICIPAL INFORMATION

Municipality where business is situated: ...................................................

Registered Account Number: ………………………………………………….

Stand Number:…………………………………………………………………….

9.8 Total number of years the company/firm has been in

business:………………………

Page 209: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 209 of 232

9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the

company/firm, certify that the points claimed, based on the B-BBE status level of

contribution indicated in paragraph 7 of the foregoing certificate, qualifies the

company/ firm for the preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

………………………………………. SIGNATURE(S) OF BIDDERS(S) DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES 1. ……………………………………..

2. …………………………………….

Page 210: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 210 of 232

Page 211: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 211 of 232

MBD 6.2

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably). Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011 and the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:201x. 1. General Conditions 1.1. Preferential Procurement Regulations, 2011 (Regulation 9.(1) and 9.(3) make

provision for the promotion of local production and content. 1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the

award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Regulation 9.(3) prescribes that where there is no designated sector, a specific

bidding condition may be included, that only locally produced services, works or goods or locally manufactured goods with a stipulated minimum threshold for local production and content, will be considered.

1.4. Where necessary, for bids referred to in paragraphs 1.2 and 1.3 above, a two

stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.5. A person awarded a contract in relation to a designated sector, may not sub-

contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.6. The local content (LC) as a percentage of the bid price must be calculated in

accordance with the SABS approved technical specification number SATS 1286: 201x as follows:

LC = 1 x 100 Where

x imported content y bid price excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date, one week (7 calendar days) prior to the closing date of the bid as required in paragraph 4.1 below.

Page 212: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 212 of 232

1.7. A bid will be disqualified if:

the bidder fails to achieve the stipulated minimum threshold for local production and content indicated in paragraph 3 below; and.

this declaration certificate is not submitted as part of the bid documentation.

2. Definitions 2.1. “bid” includes advertised competitive bids, written price quotations or proposals; 2.2. “bid price” price offered by the bidder, excluding value added tax (VAT); 2.3. “contract” means the agreement that results from the acceptance of a bid by an

organ of state; 2.4. “designated sector” means a sector, sub-sector or industry that has been

designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign”means a Declaration Certificate for Local Content that has been

signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost

of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the

imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out

work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content for

this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

Fasteners

Bolts, nuts, rivets and nails 100%

Primary steel products

Plates 100%

Page 213: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 213 of 232

Does any portion of the services, works or goods offered

have any imported content? YES / NO 4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content

as prescribed in paragraph 1.6 of the general conditions must be the rate(s) published by the SARB for the specific currency at 12:00 on the date, one week (7 calendar days) prior to the closing date of the bid.

The relevant rates of exchange information is accessible on

www.reservebank.co.za. Indicate the rate(s )of exchange against the appropriate currency in the table below:

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate(s) of exchange used.

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF

EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID No. ................................................................................. ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): .........................................................................................................................

NB The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. I, the undersigned, …………………………….................................................. (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that the goods/services/works to be delivered in terms of the

above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286.

(c) The local content has been calculated using the formula given in clause 3 of SATS

1286, the rates of exchange indicated in paragraph 4.1 above and the following figures:

Bid price, excluding VAT (y) R

Imported content (x) R

Stipulated minimum threshold for Local content (paragraph 3 above) 100%

Page 214: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 214 of 232

Local content % as calculated in terms of SATS 1286

If the bid is for more than one product, a schedule of the local content by product shall be attached.

(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right

to request that the local content be verified in terms of the requirements of SATS 1286.

(e) I understand that the awarding of the bid is dependent on the accuracy of the

information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286, may result in the Procurement Authority / Municipal / Municipal Entity imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________

Page 215: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 215 of 232

MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by municipalities and municipal

entities in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be rejected if that bidder, or any of its directors

have:

a. abused the municipality’s / municipal entity’s supply chain management system or committed any improper conduct in relation to such system;

b. been convicted for fraud or corruption during the past five years; c. willfully neglected, reneged on or failed to comply with any

government, municipal or other public sector contract during the past five years; or

d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004).

4 In order to give effect to the above, the following questionnaire

must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s database as a company or person prohibited from doing business with the public sector?

(Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender

Defaulters in terms of section 29 of the Prevention and Combating

of Corrupt Activities Act (No 12 of 2004)?

(To access this Register enter the National Treasury’s

website, www.treasury.gov.za, click on the icon “Register for

Tender Defaulters” or submit your written request for a hard

copy of the Register to facsimile number (012) 3265445).

Yes

No

4.2.1 If so, furnish particulars:

Page 216: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 216 of 232

4.3 Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

Item Question Yes No

4.4 Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.5.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………….………………………..……

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION

FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT,

ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION

PROVE TO BE FALSE.

………………………………………... ………………………..….…

Signature Date

………………………………………. …………………………..…..

Position Name of Bidder

Page 217: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 217 of 232

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited. 2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended,

prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Municipal Supply Regulation 38(1) prescribes that a supply chain

management policy must provide measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:

a. take all reasonable steps to prevent such abuse; b. reject the bid of any bidder if that bidder or any of its directors has abused

the supply chain management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any

corrupt or fraudulent act during the bidding process or the execution of the contract.

4 This MBD serves as a certificate of declaration that would be used by

institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid

Determination (MBD9) must be completed and submitted with the bid: ¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to

compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

Page 218: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 218 of 232

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

TENDER NUMBER: ENG 029/2016

SUPPLY AND DELIVERY OF ELECTRICAL STOCK: INDOOR AND OUTDOOR SWITCHGEAR 11kV

in response to the invitation for the bid made by:

GEORGE MUNICIPALITY

do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of:____________________________________________that:

(Name of Bidder) 1. I have read and I understand the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is

found not to be true and complete in every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the

accompanying bid, on behalf of the bidder; 4. Each person whose signature appears on the accompanying bid has been

authorized by the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that

the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on

their qualifications, abilities or experience; and (c) provides the same goods and services as the bidder and/or is in the same

line of business as the bidder.

Page 219: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 219 of 232

MBD 9

6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has

been no consultation, communication, agreement or arrangement with any competitor regarding:

(a) prices; (b) geographical area where product or service will be rendered (market

allocation) (c) methods, factors or formulas used to calculate prices; (d) the intention or decision to submit or not to submit, a bid; (e) the submission of a bid which does not meet the specifications and

conditions of the bid; or (f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed

by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided

to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.

……………….…………………………………… ……………………………… Signature Date ……………………………………………………. ……………………………… Position Name of Bidder

³ Joint venture or Consortium means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Page 220: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 220 of 232

CERTIFICATE FOR MUNICIPAL SERVICES (COMPULSORY TO COMPLETE)

Information required in terms of the Supply Chain Management Regulations, Regulation 28 (1) (c).

Tender Number: ENG029/2016 Name of the Bidder: __________________________________________________

DETAILS OF THE BIDDER/S: Owner / Proprietor / Director(s) / Partner(s), etc:

Physical Business address of the Bidder

Municipal Account Number(s)

If there is not enough space for all the names, please attach the additional details to the Tender document.

Name of Director / Member / Partner

Identity Number Physical residential address of Director /

Member / Partner

Municipal Account

number(s)

I, _____________________________________________________, the undersigned, (full name in block letters) certify that the information furnished on this declaration form is correct and that I/we have no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment if overdue for more than 30 days. ___________________________________ Signature THUS DONE AND SIGNED for and on behalf of the Bidder / Contractor at ________________________ on the ______ day of ___________________ 2017

PLEASE NOTE:

MUNICIPAL ACCOUNTS FOR ALL PROPERTIES OWNED BY BIDDER/S MUST

BE ATTACHED TO THE TENDER DOCUMENT!

Even if the requested information is not applicable to the Bidder, the table above should be endorsed NOT APPLICABLE with a reason and THIS DECLARATION

MUST STILL BE COMPLETED AND SIGNED. In the event of leasing, a lease

agreement MUST be attached to the tender document.

Page 221: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 221 of 232

GEORGE MUNICIPALITY PROCUREMENT

GENERAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

1. Definitions

2. Application

3. General

4. Standards

5. Use of contract documents and information inspection

6. Patent rights

7. Performance security

8. Inspections, tests and analysis

9. Packing

10. Delivery and documents

11. Insurance

12. Transportation

13. Incidental services

14. Spare parts

15. Warranty

16. Payment

17. Prices

18. Variation orders

19. Assignment

20. Subcontracts

21. Delays in the supplier’s performance

22. Penalties

23. Termination for default

24. Anti-Dumping and countervailing duties and rights

25. Force Majeure

26. Termination for insolvency

27. Settlement of disputes

28. Limitation of liability

29. Governing language

30. Applicable law

31. Notices

32. Taxes and duties

33. Transfer of contracts

34. Amendment of contracts

35. Prohibition of restrictive practices

Page 222: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 222 of 232

General Conditions of Contract 1. Definitions: 1. The following terms shall be interpreted as indicated: 1.1 “Closing time” means the date and hour specified in the bidding documents for

the receipt of bids. 1.2 “Contract” means the written agreement entered into between the purchaser

and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations.

1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally.

1.6 “Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

1.7 “Day” means calendar day. 1.8 “Delivery” means delivery in compliance of the conditions of the contract or

order. 1.9 “Delivery ex stock” means immediate delivery directly from stock actually on

hand. 1.10 “Delivery into consignees store or to his site” means delivered and unloaded in

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

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

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

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

1.14 “GCC” means the General Conditions of Contract. 1.15 “Goods” means all of the equipment, machinery, and/or other materials that the

supplier is required to supply to the purchaser under the contract. 1.16 “Imported content” means that portion of the bidding price represented by the

cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are

Page 223: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 223 of 232

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

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

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

1.19 “Order” means an official written order issued for the supply of goods or works or the rendering of a service.

1.20 “Project site,” where applicable, means the place indicated in bidding documents.

1.21 “Purchaser” means the organization purchasing the goods. 1.22 “Republic” means the Republic of South Africa. 1.23 “SCC” means the Special Conditions of Contract. 1.24 “Services” means those functional services ancillary to the supply of the goods,

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

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

1.26 “Tort” means in breach of contract. 1.27 “Turnkey” means a procurement process where one service provider assumes

total responsibility for all aspects of the project and delivers the full end product / service required by the contract.

1.28 “Written” or “in writing” means hand-written in ink or any form of electronic or mechanical writing.

2. Application: 2.1 These general conditions are applicable to all bids, contracts and orders

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

2.2 Where applicable, special conditions of contract are also laid down to cover specific supplies, services or works.

2.3 Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply.

3. General: 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not

be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2 Invitations to bid are usually published in locally distributed news media and on the municipality/municipal entity website.

4. Standards:

Page 224: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 224 of 232

4.1 The goods supplied shall conform to the standards mentioned in the bidding

documents and specifications. 5. Use of contract documents and information inspection: 5.1 The supplier shall not, without the purchaser’s prior written consent, disclose

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

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

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

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

6. Patent rights: 6.1 The provider shall indemnify the purchaser against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser.

6.2 When a supplier developed documentation / projects for the municipality or municipal entity, the intellectual, copy and patent rights or ownership of such documents or projects will vest in the municipality or municipal entity.

7. Performance security: 7.1 Within thirty (30) days of receipt of the notification of contract award, the

successful bidder shall furnish to the purchaser the performance security of the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.

7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or

(b) a cashier’s or certified cheque. 7.4 The performance security will be discharged by the purchaser and returned to

the provider not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified.

8. Inspections, tests and analyses:

Page 225: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 225 of 232

8.1 All pre-bidding testing will be for the account of the bidder. 8.2 If it is a bid condition that goods to be produced or services to be rendered

should at any stage be subject to inspections, test and analyses, the bidder or contractor’s premises shall be open, at all reasonable hours, for inspection by a representative of the purchaser or an organization acting on behalf of the purchaser.

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

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

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

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

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

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 23 of GCC.

9. Packing: 9.1 The supplier shall provide such packing of the goods as is required to prevent

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

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

10. Delivery and documents:

Page 226: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 226 of 232

10.1 Delivery of the goods and arrangements for shipping and clearance obligations

shall be made by the supplier in accordance with the terms specified in the contract.

11. Insurance: 11.1 The goods supplied under the contract shall be fully insured in a freely

convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified.

12. Transportation: 12.1 Should a price other than an all-inclusive delivered price be required, this shall

be specified. 13. Incidental services: 13.1 The supplier may be required to provide any or all of the following services,

including additional services, if any: (a) performance or supervision of on-site assembly and/or commissioning

of the supplied goods; (b) furnishing of tools required for assembly and/or maintenance of the

supplied goods; (c) furnishing of a detailed operations and maintenance manual for each

appropriate unit of the supplied goods; (d) performance or supervision or maintenance and/or repair of the

supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and

(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

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

14. Spare parts: 14.1 As specified, the supplier may be required to provide any or all of the following

materials, notifications, and information pertaining to spare parts manufactured or distributed by the supplier:

(a) such spare parts as the purchaser may elect to purchase from the supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and

(b) in the event of termination of production of the spare parts: (i) advance notification to the purchaser of the pending termination,

in sufficient time to permit the purchaser to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

15. Warranty:

Page 227: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 227 of 232

15.1 The supplier warrants that the goods supplied under the contract are new,

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

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

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

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

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

16. Payment: 16.1 The method and conditions of payment to be made to the supplier under this

contract shall be specified. 16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy

of the delivery note and upon fulfillment of other obligations stipulated in the contract.

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

16.4 Payment will be made in Rand unless otherwise stipulated. 17. Prices: 17.1 Prices charged by the supplier for goods delivered and services performed

under the contract shall not vary from the prices quoted by the provider in his bid, with the exception of any price adjustments authorized or in the purchaser’s request for bid validity extension, as the case may be.

18. Variation orders: 18.1 In cases where the estimated value of the envisaged changes in purchase does

not exceed 15% of the total value of the original contract, the contractor may be instructed to deliver the goods or render the services as such. In cases of measurable quantities, the contractor may be approached to reduce the unit price, and such offers may be accepted provided that there is no escalation in price.

19. Assignment:

Page 228: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 228 of 232

19.1 The supplier shall not assign, in whole or in part, its obligations to perform under

the contract, except with the purchaser’s prior written consent. 20. Subcontracts: 20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded

under these contracts if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract.

21. Delays in the Supplier’s Performance: 21.1 Delivery of the goods and performance of services shall be made by the

supplier in accordance with the time schedule prescribed by the purchaser in the contract.

21.2 If at any time during performance of the contract, the supplier or its

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

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

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

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

22. Penalties: 22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods

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

23. Termination for default:

Page 229: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 229 of 232

23.1 The purchaser, without prejudice to any other remedy for breach of contract,

by written notice of default sent to the supplier, may terminate this contract in whole or in part:

(a) if the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2;

(b) if the supplier fails to perform any other obligation(s) under the contract; or

(c) if the supplier, in the judgement of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

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

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

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

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

23.6 If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury, with the following information:

(i) the name and address of the supplier and / or person restricted by the purchaser;

(ii) the date of commencement of the restriction; (iii) the period of restriction; and (iv) the reasons for the restriction. These details will be loaded in the National Treasury’s central database of

suppliers or persons prohibited from doing business with the public sector. 23.7 If a court of law convicts a person of an offence as contemplated in sections 12

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

24. Anti-Dumping and Counter-Vailing duties and rights:

Page 230: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 230 of 232

24.1 When, after the date of bid, provisional payments are required, or anti-dumping

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

25. Force Majeure: 25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall

not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Termination for insolvency: 26.1 The purchaser may at any time terminate the contract by giving written notice

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

27. Settlement of disputes: 27.1 If any dispute or difference of any kind whatsoever arises between the

purchaser and the supplier in connection with or arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

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

27.3 Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law.

27.4 Notwithstanding any reference to mediation and/or court proceedings herein, (a) the parties shall continue to perform their respective obligations under the

contract unless they otherwise agree; and

Page 231: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 231 of 232

(b) the purchaser shall pay the supplier any monies due to the supplier for goods delivered and / or services rendered according to the prescripts of the contract.

28. Limitation of liability: 28.1 Except in cases of criminal negligence or willful misconduct, and in the case of

infringement pursuant to Clause 6; (a) the supplier shall not be liable to the purchaser, whether in contract, tort, or

otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and

(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

29. Governing language: 29.1 The contract shall be written in English. All correspondence and other

documents pertaining to the contract that is exchanged by the parties shall also be written in English.

30. Applicable law: 30.1 The contract shall be interpreted in accordance with South African laws, unless

otherwise specified. 31. Notices: 31.1 Every written acceptance of a bid shall be posted to the supplier concerned by

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

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

32. Taxes and duties: 32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties,

license fees, and other such levies imposed outside the purchaser’s country. 32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees,

etc., incurred until delivery of the contracted goods to the purchaser. 32.3 No contract shall be concluded with any bidder whose tax matters are not in

order. Prior to the award of a bid SARS must have certified that the tax matters of the preferred bidder are in order.

32.4 No contract shall be concluded with any bidder whose municipal rates and taxes and municipal services charges are in arrears.

Page 232: GEORGE MUNICIPALITY · Floor, Civic Centre, York Street, George. Tender documents are available on the George Municipality’s website: , free of charge Stage 1: Local content Only

Page 232 of 232

33. Transfer of contracts: 33.1 The contractor shall not abandon, transfer, cede assign or sublet a contract or

part thereof without the written permission of the purchaser. 34. Amendment of contracts: 34.1 No agreement to amend or vary a contract or order or the conditions,

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

35. Prohibition of restrictive practices: 35.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as

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

35.2 If a bidder(s) or contractor(s) based on reasonable grounds or evidence obtained by the purchaser has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties are contemplated in section 59 of the Competition Act No 89 of 1998.

35.3 If a bidder(s) or contractor(s) has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.