twiga-Bariki

REQUEST FOR TENDER DESIGN AND SUPPLY OF EQUIPMENT FOR PIT ELECTRIFICATION

WhatsApp
Twitter
Email
LinkedIn
Instagram

North Mara Gold Mine, a fully owned subsidiary of Twiga Minerals Corporation, which is ultimately owned by Barrick Gold Corporation and the Government of the United Republic of Tanzania requests the submission of Tenders from reputable, experienced, certified and qualified parties to provide the following:

Reference No. NM069/2022/A

Description

Package A: Supply of Transformers 2.5MVA, 6.6kV/433V (2 Transformers)

Specifications:

  • Number of Phases: 3
    Phase; Dynl 1
  • Frequency; 50Hz
  • Winding Materials: CU/CU windings
  • Cooling mechanism: ONAN
  • Accessories:

(Conservator, Linear oil level, Sa 100/2Breather&Omm Buchholz Relay,1184 Thermometer, T80 PRV), Terminations LVJHV inside Termination box.

Qualification Criteria;

i. Applicants to submit Company profile with proven. Experience in designed, engineered, manufactured, performance tested, supplied, and commissioned of Transformers.

ii. Information required to include a list of relevant projects undertaken in last 5 years. For each project provide: description and relevance to the tendered project; project cost; and duration of project.             

iii. Completion certificates of previous projects with reference list of Clients, applicant agrees – without reservation-upon the submission of EOL that the Company has the full right to contact any of the references provided

iv. Applicant to submit list and specifications of Equipment, including facilities and Intellectual property.

v. Applicant to submit organizational stricture, list of experienced personnel.

vi. Mining (Local Content) Regulations 2018 compliance.

vii. Applicant should provide proof to its statements as necessary regarding Its financial stability, engineering capabilities, documents complying with Tanzanian laws and Regulations.

viii. Should have supplied at least 5 no’s Transformers meeting above requirement within last 5 years from closing date of E01 and out of which at least one should have been in successful operation for a period not less than one year as on the date of closing of E0I.

ix. Preferred Make — WEG/Hitachi/Free state/Tanelec/Reliable.

X. Able to supply commissioning spares and maintenance spares.

xi. Warranty & Guarantee period to be specified Installation and commissioning support and assistance.

xii. Lead time of delivery.

xiii. Cost of equipment, commissioning spares and two year maintenance spares.

xiv. Rated Power 2.5 MVA, Phases Three, Winding Two, ONAN.

xv. Standards SANS 780, Orientation: Name plate & instruments to be viewed from outside the bounded area.

xvi. Radiators removable type with isolation valves and shall be fitted with off load tap changer.

xvii. Rated Frequency 50Hz, Vector group Dyn11, 5.75 %Z and HV/LV side cable boxes.

xviii. Flag trip (8ways) i.e., Buchholz, winding temp, Pressure relief, Oil temp both Alarm/Trip.

xix. Insulation type suitable for both indoor and outdoor.

Reference No. NM0692022/13

Description

Package B: Supply of Electrical Cables

Cables and Their Specifications:

  • 70 SOMMx1C stranded Cond Unsheathed Cu Earth Wire 600/1000V 6000 meters
  • 240 SCIMM x30,1KV XLPE Arm Cable Red stripe as per SANS 1507 – 6000 meters

630 SOMMx1C XLPE Cu Wire Armoured Cable as per SAND 1507 1500 meters

  • 120SOMMx3C XLPE SWA CABLE 6.35/111W As per SANS 1607 -1600 meters
  • 240SOMiv1x30,6.35/11KV, SWA XLPE CU as per SANS 1507-2000 meters

Qualification Criteria

i. Applicants to submit Company profile with proven. Experience in designed, engineered, manufactured, performance tested, supplied Electrical cables.

ii. Information  required to include a list of relevant projects undertaken in last 5 years. For each project provide: description and relevance to the tendered project; project cost; and duration of project.

iii. Completion certificates of previous projects with reference list of Clients, applicant agrees – without reservation-upon the submission of E0I, that the Company has the full right to contact any of the references provided.

iv. Applicant to submit list and specifications of Equipment’s, including facilities and intellectual property.

v. Applicant to submit organizational structure, list of experienced personnel

vi. Mining (Local Content) Regulations 2018 compliance.

vii. Applicant should provide proof to its statements as necessary regarding its financial stability, engineering capabilities, documents complying with Tanzanian laws and Regulations.

Reference No.NMO6S2022/C

Descriptions.

Package B: Supply of Electrical Package C: Supply of MCC and VSD (The MCC to be In a container per each)
MCC 1 Panel: 4000A LV Switchboard Comprising Income, 4000A 3P ACB, Outgoing feeders 5-1250A 3P MCCBs. Schneider components
MCC 2 Panel: 4000A LV Switch Comprising incomer 4000A 3P A013, Outgoing Feeders 7-1250A 3P MCCBs, Schneider components
VSD: VSD ABB ACS580, 500 KW rated, along with enclosure, harmonic filters: 8 nos.

Qualification Criteria

Applicants to submit Company profile with proven

i. Experience in designed, engineered, manufactured, performance tested, supplied, and commissioned of Motor control Centres (MCC).

ii. Information required to include a list of relevant projects undertaken in last 5 years. For each project provide: description and relevance to the tendered project; project cost; and duration of project.

iii. Completion certificates of previous projects with reference list of Clients, applicant agrees – without reservation-upon the submission of E0I, that the Company has the full right to contact any of the references provided

iv. Applicant to submit list and specifications of Equipment, including facilities and intellectual property.

v. Applicant to submit organizational structure, list of experienced personnel.

vi. Mining (Local Content) Regulations 2018 compliance.

 vii. Applicant should provide proof to Its statements as necessary regarding its financial stability, engineering capabilities, documents complying with Tanzanian laws and Regulations

viii. Should have supplied at toast 5 no’s MCCs meeting above requirement within last 5 years from closing date of E01 and out of which at least one should have been in successful operation for a period not less than one year as of the date of closing of E0I.

ix. Preferred Make — Hamar Contro/VEaton/ Weg Automation Africa.

x. Able to supply commissioning spares and maintenance spares.

xi. Warranty & Guarantee period to be specified

xii. Installation and commissioning support and assistance.

xiii. Lead time of delivery.

xiv. Cost of equipment, commissioning spares and two years maintenance spares.

xv. Rating 433V, 4000A-Incomers, 1250A outgoing feeders.

xvi. MCC incomer metering Schneider Power logic PM8000 series, Colour Electric Orange for normal, Essential (Red) and UPS sections.

xvii. Electronic Overload relays Schneider Tests

xviii. MCC material Electro Galvanized, copper busboys and MCC with fixed patterns.

xix. Installation and commissioning support and assistance.

Submission of Proposals

If your company meets the pre-qualification criteria, submit your proposal alongside all relevant documentation to improposaltcorn

Applicants must quote the tender description(s) and the respective package reference no.(s) in the subject line of the email. Queries should also be directed to amproposalObarrietcom

NB: The Company reserves the right to invite any other supplier(s)who did not submit a proposal through this advertisement.

North Mara Gold Mine Limited

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related