Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Joint Venture Specifics
IPC Name Procurement of Design, Supply, Installation and Commissioning of transmission lines and
substations‐Kenya Power transmission Project (AFD funded)
IPC/IFB No KP1/6A.1/PT/1/18/A69
Project Name KENYA POWER TRANSMISSION PROJECT (AFD funded)
Bidding Rules Can bid for one or both lots
Maximum than can be awarded is one lot
Alternative Bids are NOT allowed
Alternative Completion Times are NOT allowed
Technical Alternatives are NOT allowed
Financier AFD
Issued 10‐Apr‐2018
Tender Closing Date 21‐Jun‐2018
Max No of members in 3 nos.
JV
Bid Submission 21st June 2018 1000hrs
PDF documents marked “For Procurement of Design, Supply and Installation for Kenya Power
Transmission Substation and Lines Project (AFD) KP1/6A.1/PT/1/A69” and submitted in the
appropriate KPLC E‐procurement Web Portal found on the KPLC website (www.kplc.co.ke)
Max Size of each document 100MB, no limit to no. of documents
Central Office KPLC E‐procurement portal
Bid Opening 21st June, 2018 1030hrs
S ma Plaza, Kolobot Road, Parklands in the Auditorium
Bid Validity Period 120 days
Bid Security Bank Guarantee only
The Original Bid Security, in a clearly labelled envelop, shall be deposited in the Tender Security
Box on KPLC Supply Chain – (Procurement Department,) on or before the opening date and time
and receipt acknowledged by KPLC evidenced by a stamped copy.
Lot 1 KP1/6A.1/PT/1/18/A69
EUR 330,000
Or Equivalent KES amount: KES 41,702,100
Lot 2 KP1/6A.1/PT/1/18/A69
Euro 310,000
Or Equivalent KES amount: KES 39,174,700
Nominated None
Subcontractors
Employer's Address CHIEF ENGINEER, PROJECTS
DEVELOPMENT (SUBSTATIONS)
The Kenya Power and Lighting Company Limited,
Stima Investment Building I, 3rd Floor
Kolobot Road, Parklands
P.O Box 30099 ‐ 00100
Nairobi, Kenya
Email to: RNjoroge@kplc.co.ke cc SMucheke@kplc.co.ke
Pre‐bid Meeting 30th April 7th May 2018 1030hrs
The Auditorium, Stima Plaza, Kenya Power & Lighting Company Ltd, Kolobot Rd, Parklands,
Nairobi ‐ Kenya
Pre‐bid Site Visit LOT 1: Narok–Bomet Line
(Mandatory) 1st and 2nd May 8th and 9th May, 2018 0900hrs
KETRACO Narok 132/33kv Substation
Tender Requirements 1 of 10
LOT 2: Kipevu‐Mbaraki Line
4th and 5th May 11th and 12th May, 2018 0900hrs
KPLC Mbaraki Depot, Mombasa
Prequalification None
Submissions Additional documents (for major items to be supplied)
Manufacturer’s authorizations
Manufacturer’s ISO 9001:2008 or higher QA certificate.
Guaranteed Technical Particulars (GTPs)/ characteristics duly completed and signed
Type Tests certificates (accredited labs)
Accreditation certificate for the testing lab
Brochures/catalogues/drawings etc of proposed items.
The Manufacturer’s Declaration of Conformity to reference standards.
Documentary Evidence indicating manufacturers Supplies record as follows;
a) List of manufacturer’s customer sales records submitted to support the offer
b) Details of the supply contracts:
i) The Client’s name, address and contact person as well as its location.
ii) Copies of contract award letters, and Purchase Orders indicating quantity supplied
under the contract and the contract amount
Manufacturer’s warranty
Audited Financial statements for the last five (5) years
Items subject to the Power transformer
above:
MV & HV outdoor Switchgear
Instrument transformers
Substation Automation
Telecommunication and SCADA equipment
Protection and Control Equipment
Steel Structures and Gantry
ACSR Conductors and HV XLPE Cables
Surge Arresters
Indoor GIS
Lattice towers
Self‐supporting monopoles
Taxes Taxes, duties and fees payable under the Contract to be identified as a separate amount in the
Bid Price
The project is exempt from:
a) Custom duties
b) Import Declaration Fees
c) Value Added Tax (VAT)
d) Railway Development Levy (RDL)
However, these must be paid first on behalf of the Employer and will then be reimbursed
Terms of Delivery:
Delivered and Duty Paid (DDP) for local supplier/contractor
Delivered at Place (DAP), for foreign supplier/contractor for schedule 1 (Mandatory plants and
spares supplied from abroad)
Subject to a) Withholding Tax
b) Clearing and forwarding charges
Prices Supplies from Kenya (KES)
(Quotation currency) Supplies from foreign country (EUR)
Exchange Rate for bid 21‐Jun‐2018
evaluation purposes
Fluctuation Lumpsum Contract. Price is fixed
Margin of preference None
Authority to sign Power of Attorney in the name of the signatory of the bid with his sample signature appended
on it
Evaluation and EUR Amounts Only
Qualification a) Financial data for each year: Exchange rate on last day of the year
b) Value of single contract ‐ Exchange rate on the date of the contract
Technical Proposal 1 Environmental, Social, Health and Safety (ESHS) Methodology
2 Site Organization and Method Statement
3 Construction Schedule
Tender Requirements 2 of 10
4 Personnel proposed (forms PER‐1 and PER‐2)
5 Equipment proposed (form EQU)
6 sufficiently detailed supply sources, in accordance with requirements specified in Section VII,
Works Requirements
Personnel No. Personnel nos., Total Experience, Similar
1 Resident project manager 15,10
2 Design Engineer‐Electrical 10,7
3 Commissioning/Protection Engineer 10,7
4 Design Engineer‐Civil 10,7
5 Construction Engineer 10,7
6 Environmental and Social Expert 10,5
7 Health and Safety Expert 10,5
Equipment Type: Minimum number required
1 Testing equipment for primary and secondary substation equipment (live line tester, clamp
resistance measuring equipment, secondary voltage/current injection sets, current injection set
500amps, earth resistance measuring equipment, portable earthing conductors, Fibre
Termination and tests Equipments)
Each
2 Oil circulation machine: 1 no.
3 Excavation machines, Water Boozer, Compressors: 1 no.
4 Hiab (Lifting equipment‐5 tons) fitted on a truck/Crane
5 Line construction tools – Hydraulic cable crimper, Hydraulic cable cuter, Cable drum rollers,
Wire pullers and tensioner, Guy ropes, Grinders, Hack saw, Standby Generator, Adjustable
wooden ladder, Earthing harness: 1 no.
ESH&S Environmental, Social, Health & Safety (ESH&S) framework to be submitted with bid for
evaluation
Experience Experience of Subcontractors shall NOT be added to bidder's experience
Qualification Criteria Joint Venture Specifics (See Part 2
for Details)
Eligibility Eligible for AFD Loan Each member must meet
requirement
Tender Requirements 3 of 10
Lot 1 Construction of 3 No.132 kv substation extension/new including protection & control and
SCADA commissioning.
Completed at least 50 km of 132 kv double circuit line including fibre optic in any one (1) year.
Lot 2 Installed 33 kv indoor GIS substation
Completed installation of 33 kv cable feed outs in a substation of more than 10 cable feedouts
Completed 10 Km of 132 kv line of self‐supporting monopole in a town/city
Completed 132/33 kv substation of 45 MVA or above
Contract Data
Time for Completion 104 weeks (24 months)
DNP 365 days
Performance Security 10% Bank guarantee only
Commencement Date The date of signature of the Contract Agreement (Subject to Performance Security)
Delay Damages 0.001 % of the Contract Price per day max 10% of Contract Price
Advance Payment 10% of Contract Price
Advance Repayment 20%
Payment on Delivery 80% for Plant and Materials on Site
Min. Interim Payment EUR 10,000
Time for payment 60 days
Interest LIBOR + 2%
Disputes 3 person DB
Assignment Not allowed
Tender Requirements 4 of 10
PART 2: SPECIFIC JV REQUIREMENTS
China Wu Yi Co., LTD Fujian Electric Power Engineering Co., LTD Combined
Nominate a Representative who shall have the
authority to conduct all business for and on behalf
of any and all the members of the JV during the
bidding process and, in the event the JV is awarded
the Contract, during contract execution
JV Agreement
1 Form ELI ‐1.1: Bidder Information Form
Articles of Constitution (or equivalent)
Letter of intent to form JV or JV agreement
To appear in JV Agreement (Criteria for state‐
owned entities) :
State owned entities must demonstrate that:
(i) are legally and financially autonomous
(ii) operate under commercial law. To be eligible, a
state‐owned entity shall establish to the AFD’s
satisfaction, through all relevant documents,
including its Charter and other information the AFD
may request, that it: (i) is a legal entity separate
from their state (ii) does not currently receive
substantial subsidies or budget support; (iii)
operates like any commercial enterprise, and, inter
alia, is not obliged to pass on its surplus to their
state, can acquire rights and liabilities, borrow
funds and be liable for repayment of its debts, and
can be declared bankrupt.
Further criteria for state‐owned entities
(a) Legal and financial autonomy;
(b) Operation under commercial law;
(c) Establishing that the Bidder is not a dependent
agency of the Employer;
Organizational chart
A list of Board of Directors
Beneficial ownership.
2 Form ELI ‐1.2: Bidder’s JV Information Form Form ELI ‐1.2: Bidder’s JV Information Form
Attachments same as Form ELI‐1.1 Attachments same as Form ELI‐1.1
3 Form CON – 2: Historical Contract Non‐ Form CON – 2: Historical Contract Non‐
Performance, Pending Litigation and Litigation Performance, Pending Litigation and Litigation
History History
No non‐performance in the last 5 years No non‐performance in the last 5 years
Pending litigation not more than 100% bidder's net Pending litigation not more than 100% bidder's net
worth worth
4 Form FIN – 3.1: Financial Situation and Form FIN – 3.1: Financial Situation and
Performance Performance
Financial Statements for the last 5 years Financial Statements for the last 5 years
liquidity ratio ≥ 1.1 liquidity ratio ≥ 1.1
((Current Assets) / (Current Liabilities) ≥ 1.1) ((Current Assets) / (Current Liabilities) ≥ 1.1)
indebtedness ratio ≤ 80% indebtedness ratio ≤ 80%
((Total Liabilities) x 100 / (Total Assets) ≤ 80%) ((Total Liabilities) x 100 / (Total Assets) ≤ 80%)
5 Form FIN – 3.2: Annual Construction Turnover Form FIN – 3.2: Annual Construction Turnover
Minimum annual construction turnover of Euros Minimum annual construction turnover of Euros
Each member must meet 25% of the requirement Each member must meet 25% of the requirement
One member must meet 40% of the requirement One member must meet 40% of the requirement
Lot 1: EUR 16,000,000 Lot 1: EUR 16,000,000
Lot 2: EUR 15,000,000 Lot 2: EUR 15,000,000
Combined JV must meet requirement
Specific JV Requirements 5 of 10
China Wu Yi Co., LTD Fujian Electric Power Engineering Co., LTD Combined
6 Form FIN – 3.3: Financial Resources
Liquid assets, unencumbered real assets, lines of
credit, and other financial means (independent of
any contractual advance payment) for construction
cash flow requirements in Euros:
Combined JV must meet requirement
Lot 1: EUR 1,390,000
Lot 2: EUR 1,310,000
7 Form FIN – 3.4: Current Contract Commitments / Form FIN – 3.4: Current Contract Commitments /
Works in Progress Works in Progress
all contracts that have been awarded, or for which all contracts that have been awarded, or for which
a letter of intent or acceptance has been received, a letter of intent or acceptance has been received,
or for contracts approaching completion, but for or for contracts approaching completion, but for
which an unqualified, full completion certificate has which an unqualified, full completion certificate has
yet to be issued yet to be issued
Details Required: Details Required:
No. No.
Name of Contract Name of Contract
Employer’s Employer’s
Contact Address, Tel, Fax Contact Address, Tel, Fax
Value of Outstanding Work Value of Outstanding Work
[Current US$ Equivalent] [Current US$ Equivalent]
Estimated Completion Date Estimated Completion Date
Average Monthly Invoicing Over Last Six Average Monthly Invoicing Over Last Six
Months [US$/month)] Months [US$/month)]
8 Form EXP ‐ 4.1: General Construction Experience Form EXP ‐ 4.1: General Construction Experience
Experience under construction contracts in the role Experience under construction contracts in the role
of prime contractor, JV member, sub‐contractor, or of prime contractor, JV member, sub‐contractor, or
management contractor starting 1st January 2008 management contractor starting 1st January 2008
One member must meet the requirement
Details Required: Details Required:
Starting Year Starting Year
Ending Year Ending Year
Role of Bidder Role of Bidder
Contract name Contract name
Brief Description of the Works performed Brief Description of the Works performed
Amount of contract Amount of contract
Name of Employer Name of Employer
Address Address
9 Form EXP ‐ 4.2(a): Specific Construction and Form EXP ‐ 4.2(a): Specific Construction and
Contract Management Experience Contract Management Experience
Minimum similar contracts specified below that Minimum similar contracts specified below that
have been completed as a main contractor, JV have been completed as a main contractor, JV
member, management contractor or sub‐ member, management contractor or sub‐
contractor between 1st January 2008 and contractor between 1st January 2008 and
application submission deadline: N contracts, each application submission deadline: N contracts, each
of minimum value V of minimum value V
Lot 1: Lot 1:
1 contract of EUR 16,000,000 1 contract of EUR 16,000,000
or 2 contracts of EUR 8,000,000 Each or 2 contracts of EUR 8,000,000 Each
Lot 2: Lot 2:
1 contract of EUR 15,000,000 1 contract of EUR 15,000,000
or 2 contracts of EUR 7,500,000 Each or 2 contracts of EUR 7,500,000 Each
Details Required: Details Required:
Contract Identification Contract Identification
Award date Award date
Specific JV Requirements 6 of 10
China Wu Yi Co., LTD Fujian Electric Power Engineering Co., LTD Combined
Completion date Completion date
Role in Contract Role in Contract
Total contract amount Total contract amount
% Participation in total Contract amount if JV % Participation in total Contract amount if JV
Employer's name, address, telephone/fax Employer's name, address, telephone/fax
number, e‐mail: number, e‐mail:
10 Form EXP ‐ 4.2(a) (cont.) Continues from here Form EXP ‐ 4.2(a) (cont.) Continues from here
Description of the similarity Description of the similarity
Amount Amount
Physical size of required works items Physical size of required works items
Complexity Complexity
Methods/Technology Methods/Technology
Construction rate for key activities Construction rate for key activities
Other Characteristics (as described in Scope of Other Characteristics (as described in Scope of
Works) Works)
Combined JV must meet the requirement
11 Form EXP ‐ 4.2(b): Construction Experience in Key Form EXP ‐ 4.2(b): Construction Experience in Key
Activities Activities
The following key activities should have been The following key activities should have been
completed in any one year in the same period (1st completed in any one year in the same period (1st
Jan 2008 to Submission date) Jan 2008 to Submission date)
For Lot 1 For Lot 1
3 No.132 kv substation extension/new including 3 No.132 kv substation extension/new including
protection & control and SCADA commissioning protection & control and SCADA commissioning
50 km of 132 kv double circuit line including fibre 50 km of 132 kv double circuit line including fibre
optic optic in any one (1) year
For Lot 2 For Lot 2
33 kv indoor GIS substation in any one (1) year 33 kv indoor GIS substation in any one (1) year
33 kv cable feed outs in a substation of more than 33 kv cable feed outs in a substation of more than
10 cable feed outs 10 cable feed outs
10 Km of 132 kv line of self‐supporting monopole 10 Km of 132 kv line of self‐supporting monopole
in a town/city in a town/city
132/33 kv substation of 45 MVA or above 132/33 kv substation of 45 MVA or above
Details Required: Details Required:
Contract Identification Contract Identification
Award date Award date
Completion date Completion date
Role in Contract Role in Contract
Total contract amount Total contract amount
Quantity performed under the contract per year Quantity performed under the contract per year
or part of the year or part of the year
Employer's name, address, telephone/fax
number, e‐mail:
Employer's name, address, telephone/fax
number, e‐mail:
Description of the key activities
One member must meet the requirement for the above listed key activities
12 Form CER: Quality Management / Environmental, Form CER: Quality Management / Environmental,
Social, Health and Safety (ESHS) Certification Social, Health and Safety (ESHS) Certification
ISO 9001, ISO 14001, OHSAS 18001 ISO 9001, ISO 14001, OHSAS 18001
Details Required Details Required
Identification of the certificate Identification of the certificate
Date of Issue Date of Issue
Areas covered by the certificate Areas covered by the certificate
Expiry date Expiry date
Issuers Name, address, tel/fax number, email Issuers Name, address, tel/fax number, email
E‐mail E‐mail
Specific JV Requirements 7 of 10
China Wu Yi Co., LTD Fujian Electric Power Engineering Co., LTD Combined
Compliance with international standards (ISO Compliance with international standards (ISO
9001, 14001, OHSAS 18001) 9001, 14001, OHSAS 18001)
Lead member must meet the requirement
13 Form ESHS: Environmental, Social, Health and Form ESHS: Environmental, Social, Health and
Safety (ESHS) Documentation Safety (ESHS) Documentation
In‐house policies and procedures acceptable to the In‐house policies and procedures acceptable to the
Employer Requirement Employer Requirement
Details Required
Health & Safety Policy
Environmental Management Policy
Compliance with ILO core labour standards
ESHS inspections, reviews and audits
Internal and external integration and
enforcement policy
Procedures on main ESHS issues
Lead member must meet the requirement
14 Form EXP – ESHS: Environmental, Social, Health Form EXP – ESHS: Environmental, Social, Health
and Safety (ESHS) Experience and Safety (ESHS) Experience
Experience: Experience:
3 construction contracts over the last 8 years with 3 construction contracts over the last 8 years with
major ESHS in compliance with international major ESHS in compliance with international
standards. standards.
Attach supporting documents Attach supporting documents
Details Required Details Required
Contract Identification Contract Identification
Short Project Description Short Project Description
Award date Award date
Completion date Completion date
Role in Contract Role in Contract
Total Contract Amount Total Contract Amount
Participation of total contract amount Participation of total contract amount
Employer’s name, address, tel/fax numbers, e‐ Employer’s name, address, tel/fax numbers, e‐
mail mail
Description of the ESHS challenges and Description of the ESHS challenges and
measures implemented under the contract measures implemented under the contract
Knowledge transfer: Knowledge transfer:
1 construction contract in developing countries 1 construction contract in developing countries
over the last five (5) years where ESHS knowledge over the last five (5) years where ESHS knowledge
transfer to a local partner or the ESHS capacity transfer to a local partner or the ESHS capacity
building of the Employer’s country staff was carried building of the Employer’s country staff was carried
out satisfactorily out satisfactorily
Attach supporting documents Attach supporting documents
Attach a piece of evidence supporting the ESHS Attach a piece of evidence supporting the ESHS
knowledge transfer or capacity building. knowledge transfer or capacity building.
ESHS Personnel: ESHS Personnel:
Environmental and Social Manager Environmental and Social Manager
Health and Safety Manager. Health and Safety Manager.
Attach organization chart showing these positions Attach organization chart showing these positions
filled filled
Lead member must meet the requirement
Specific JV Requirements 8 of 10
PART 3: QUALIFICATION REQUIREMENTS FOR SUBCONTRACTORS
Qualification Requirements for Subcontractors 9 of 10
PART 4: CHECKLIST
Qualification Information
Letter of Bid
Appendix to Bid
Statement of Integrity, Eligibility and Social and Environmental
Responsibility
Person signing the Bid shall have the power of attorney given by
the Bidder to be attached with the Bid
Technical Proposal
Form PER‐1: Proposed Personnel
Form PER‐2: Resume of Proposed Personnel
Form EQU: Equipment
Environmental, Social, Health and Safety (ESHS) Methodology
Site Organization and Method Statement
Construction Schedule/ Project Time Schedule
Additional documents (for major items to be supplied) as stated in
Part 1
Bidders Qualification Forms
Form ELI ‐1.1
Form ELI ‐1.2
Form CON – 2
Form FIN – 3.1
Form FIN – 3.2
Form FIN – 3.3
Form FIN – 3.4
Form EXP ‐ 4.1
Form EXP ‐ 4.2(a)
Form EXP ‐ 4.2(b)
Form CER Quality Management / Environmental, Social, Health and
Safety (ESHS) Certification
Form ESHS Environmental, Social, Health and Safety (ESHS)
Documentation
Form EXP – ESHS Environmental, Social, Health and Safety (ESHS)
Experience
Form of Bid Security
Financial Proposal
Schedule of Adjustment Data
Summary of Payment Currencies
Completed Schedules of Rates and Prices
Lot 1 Lot 2
85km Of 132kv Double CCT Line And Take Off Bays At Narok and Kipevu‐Mbaraki Transmission Line And Substation
Bomet Substations
Schedule No. 1: Plant (including Mandatory Spare Parts) Schedule No. 1: Plant (including Mandatory Spare Parts)
Supplied from Abroad Supplied from Abroad
Mandatory Spares (Narok –Bomet 85km line and take off Mandatory Spares (Narok –Bomet 85km line and take off
Bay) Bay)
Schedule No. 2: Plant (including Mandatory Spare Parts) Schedule No. 2: Plant (including Mandatory Spare Parts)
Supplied from within the Employer’s Country Supplied from within the Employer’s Country
Schedule No. 3: Design Services Schedule No. 3: Design Services
Schedule No. 4: Installation and Other Services Schedule No. 4: Installation and Other Services
Factory acceptance test and training in protection and Factory acceptance test and training in protection and
control control
Environmental, Social, Health and Safety (ESHS) ‐ Cost Environmental, Social, Health and Safety (ESHS) ‐ Cost
Schedule Schedule
Schedule No. 5: Grand Summary Schedule No. 5: Grand Summary
Schedule No. 6: Recommended Spare Parts Schedule No. 6: Recommended Spare Parts