standard bidding documents - upper tamakoshi...
TRANSCRIPT
UPPER TAMAKOSHI HYDROPOWER LIMITED
PREQUALIFICATION DOCUMENTS
Prequalification of Bidders For Lot A-'Chhet Chhet - Rikhu' Cable Car
Scheme Under
Upper Tamakoshi Hydroelectric Project Contract Identification No.: UTKHEP/ ICB-01-2073/74
APRIL 2017 KATHMANDU, NEPAL
Prequalification Documents Table of Contents Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page I Upper Tamakoshi Hydroelectric Project
TABLE OF CONTENTS
Description Page No.
Preface ........................................................................................................................................... I
ABBREVIATIONS AND GLOSSARY............................................................................................. 1
Invitation for Prequalification ...................................................................................................... 3
Summary Description ................................................................................................................... 7
PART I -. PREQUALIFICATION PROCEDURES ....................................................................... 8
Section 1 - Instructions to Applicants (ITA) ............................................................................ 9
Section 2 - Application Data Sheet (ADS) ............................................................................. 21
Section 3 - Qualification Criteria ................................................................................................ 25
Table of Criteria .......................................................................................................................... 26
1. Eligibility ............................................................................................................................ 27
2. Pending Litigation ............................................................................................................. 28
2.1 Pending Litigation ............................................................................................................. 28
3. Financial Situation ............................................................................................................ 28
3.1 Historical Financial Performance ..................................................................................... 28
3.2 Average Annual Construction Turnover ......................................................................... 28
3.3 Financial Resources ............................................................................................................. 28
4. Experience ......................................................................................................................... 29
4.1 General Experience........................................................................................................... 29
4.2 Contracts of Similar Size and Nature............................................................................... 29
4.3 Experience in Key Activities ................................................................................................ 29
5. Personnel .......................................................................................................................... 30
6. Equipment ......................................................................................................................... 30
7. Domestic Preference ........................................................................................................ 31
Section 4 - Application Forms ................................................................................................ 33
Application Submission Sheet .................................................................................................. 33
Application Submission Sheet .................................................................................................. 34
Form ELI – 1 ............................................................................................................................. 36
Applicant Information Sheet ...................................................................................................... 36
Form ELI – 2 ............................................................................................................................. 37
JV Information Sheet .................................................................................................................. 37
Form LIT – 1 ............................................................................................................................. 38
Pending Litigation and Arbitration ............................................................................................ 38
Form FIN – 1............................................................................................................................. 39
Historical Financial Performance .............................................................................................. 39
Prequalification Documents Table of Contents Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page II Upper Tamakoshi Hydroelectric Project
Information from Balance Sheet ............................................................................................. 39
Information from Income Statement ...................................................................................... 39
Average Annual Construction Turnover ................................................................................... 40
General Experience ................................................................................................................... 43
Experience in Contracts of Similar Size and Nature ................................................................ 44
Experience in Key Activities ...................................................................................................... 45
Proposed Personnel ................................................................................................................... 46
Resume of Proposed Personnel ................................................................................................ 47
Equipment ................................................................................................................................... 48
PART II - REQUIREMENTS ......................................................................................................... 49
Section 5 - Scope of Contract .................................................................................................... 50
A. Requirements ....................................................................................................................... 52
1. Brief Description of the Scope ......................................................................................... 52
2. Major Contract Components ............................................................................................ 52
3. Estimated Quantities of Major Components ................................................................... 53
4. Contract Implementation Period ...................................................................................... 54
B. Supplementary Information ............................................................................................... 55
1. Brief Descriptions of Rolwaling Diversion Tunnel Scheme and Chhet Chhet – Rikhu Cable Car ..................................................................................................................................... 55
2. Environmental Considerations ........................................................................................ 56
Physical environment ............................................................................................................. 56 Upper Tamakoshi Basin ......................................................................................................... 56 Hydrology ............................................................................................................................... 57 Geology.................................................................................................................................. 58 Seismicity ............................................................................................................................... 58 Topography and Soils ............................................................................................................ 59 Air and noise quality ............................................................................................................... 60 Land use pattern .................................................................................................................... 60
3. Applicable Conditions of Contract .................................................................................. 60
4. Approximate Alignment Drawings ................................................................................... 61
C. Facilities to be Provided by the Employer ............................................................................ 72
Prequalification Documents Preface Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page I Upper Tamakoshi Hydroelectric Project
Preface This Prequalification Document (PQD) has been prepared by Upper Tamakoshi Hydropower Limited (UTKHPL) and is based on the Standard Procurement Document for the Prequalification of Bidders (SPQD) issued by the Public Procurement Monitoring Office (PPMO).
Prequalification Documents Abbreviations and Glossary
Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 1 Upper Tamakoshi Hydroelectric Project
ABBREVIATIONS AND GLOSSARY
ADS Application Data Sheet
APF Application Forms
BOQ Bill of Quantities
CRCS
DoR
'Chhet Chhet - Rikhu' Cable Car Scheme Department of Road
DP Development Partner
EIA Environmental Impact Assessment
elev. Elevation
FIDIC Federation Internationale des Ingenieurs-Conseils; an association based in Switzerland that produces GCOCs for different classes of works construction.
FSL Full Supply Level
FY Fiscal Year
GCOC General Conditions of Contract
GoN Government of Nepal
GWh Giga Watt Hour
HEP Hydro Electric Project
ICB International Competitive Bidding
IF Information Forms
IFB Invitation for Bids
IFP Invitation for Prequalification
ITA Instructions to Applicants
ITB Instructions to bidders
JV Joint Venture
JVA Joint Venture Agreement
MoEST Ministry of Environment, Science and Technology
MW Mega Watt
NCB National Competitive Bidding
NEA Nepal Electricity Authority
PQ Prequalification
QLC Qualification Criteria
RDTS Rolwaling Diversion Tunnel Scheme
SBD Standard Bidding Document
SoC Scope of Contract
SPD Standard Prequalification Document
UTKHEP Upper Tamakoshi Hydroelectric Project
UTKHPL Upper Tamakoshi Hydropower Limited
VDC Village Development Committee
Prequalification Documents Abbreviations and Glossary
Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 2 Upper Tamakoshi Hydroelectric Project
Affiliate (s) Bidder
"Affiliate(s)" means an individual or an entity that directly or indirectly controls, is controlled by, or is under common control with the Consultant or the Bidder. A prequalified Firm or Joint Venture of firms which submit the Bids for the specific contract.
Employer One of the two parties to a works contract, the other party being the “Contractor.”
Contractor The legal entity that is party to and performs a works contract, the other party to the contract being the “Employer.”
Joint venture An ad hoc association of firms that pool their resources and skills to undertake a large or complex contract in the role of “Contractor,” with all firms (partners in the JV) being legally liable, jointly and severally, for the execution of the contract in the event of a partner’s withdrawal.
Engineer A Consultant, acting as an agent of the Employer, engaged to administer the Contract signed between Employer and different Contractors.
Post Qualification An assessment made by the Employer after the evaluation of bids and immediately prior to award of contract, to ensure that the lowest-evaluated, responsive, eligible bidder is qualified to perform the contract in accordance with previously specified qualification requirements.
Prequalification An assessment made by the Employer of the appropriate level of experience and capacity of firms expressing interest in undertaking a particular contract, before inviting them to bid.
Prime Contractor A firm that performs a substantial part of a construction work contract itself and the balance, if any, by subcontractors, while bearing full responsibility for the whole contract.
Provisional sum A sum included provisionally in the BOQ of a contract, normally for a specialized part of the works or for contingencies, which sum shall be used only on the instructions of the Employer/Engineer for payments to the contractor and/or to nominated subcontractors.
Turnover The gross earnings of a firm (in this context, a construction contractor), defined as the billings for contract work in progress and/or completed, normally expressed on an annual basis, and excluding income from other sources.
Works The total work involvement in a construction contract, including the “Permanent” Works or finished product as specified, and the “Temporary” Works required by the Contractor for the execution of the contract.
Prequalification Documents Invitation for Prequalification Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 3 Upper Tamakoshi Hydroelectric Project
Invitation for Prequalification
Prequalification Documents Invitation for Prequalification Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 4 Upper Tamakoshi Hydroelectric Project
Invitation for Prequalification
UPPER TAMAKOSHI HYDROPOWER LIMITED (UTKHPL)
Date of First Publication: April 13, 2017
Name of Project: Upper Tamakoshi Hydroelectric Project,
Name of Contract: Lot A-'Chhet Chhet - Rikhu' Cable Car Scheme
Contract Identification No: UTKHEP/ICB-01-2073/74
Deadline for Submission: May 31, 2017
1. Upper Tamakoshi Hydropower Ltd. (UTKHPL) intends to apply a fund from national financial
institutions towards the cost of the Upper Tamakoshi Hydroelectric Project (UTKHEP). It
intends to apply part of the proceeds of this fund for payments under the contract for Lot A-
'Chhet Chhet - Rikhu' Cable Car Scheme for the construction of Rolwaling Diversion Tunnel
Scheme (RDTS) under Upper Tamakoshi Hydroelectric Project (UTKHEP). RDTS is the
second stage development of UTKHEP in which Rolwaling water will be diverted via tunnel
to UTKHEP reservoir to produce additional energy mostly in the dry seasons.
2. UTKHPL intends to prequalify firms for 'Chhet Chhet - Rikhu' Cable Car Scheme, but not
limited to the followings:
Detail design, manufacture, supply, transportation, installation, testing and commissioning including one year operation of about 2.4 km long cable car (8 passenger, bi-cable, jig-back system) with load carrying capacities as below:
o Load Capacity of Carrier - 8 passengers
o Load Capacity of Carrier - 640 kg
o Load Capacity of Carrier - 800 kg with freight basket
o Number of Carrier - 2
o Capacity - 50 passengers per hour per direction
Construction of two end stations - one at Chhet Chhet village at elev. 1,400 m and the other at Rikhu village at elev. 2,100 m, and
Construction of one intermediate station at lower Simigaon at elev. 1,850 m.
3. It is expected that invitations to bid will be made in August/ September 2017. The works are based on FIDIC Conditions of Contract for EPC/Turnkey Contract- First Edition 1999 (Silver Book). It includes complete design, manufacture, supply, transportation, installation, testing, commissioning and operation of Cable Car or Ropeway System at least for one year with all complete.
4. Prequalification will be conducted with following criteria contained in the prequalification documents and is open to applicants from all countries. Applicants are required to meet the following threshold criteria:
Participation as a Prime Contractor of at least two cable car or ropeway systems design, manufacturing, supply, installation and commissioning with all complete for operation having total amount equivalent to USD 3.5 million each within the last ten
Prequalification Documents Invitation for Prequalification Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 5 Upper Tamakoshi Hydroelectric Project
years. At least one of the above two contracts has been completed outside the bidder's home country.
Participation as a Prime Contractor of at least one Cable car or ropeways system with design, manufacturing, supply, installation and commissioning contract of minimum 2 km length and total elevation difference of minimum 250 m between any two consecutive stations has been successfully completed within last ten years.
Possess Average Annual Turnover of USD 4.5 million within the last 5 years.
Able to demonstrate Liquid Asset/Line of Credit of USD 1.0 million
Able to demonstrate the positive net worth.
Able to demonstrate adequate labor and equipment to be used for the Project.
The Employer / the Engineer’s References shall evidence the successful completion of the work experience. The references and other prequalification documents of the parent or subsidiary companies of the Applicant shall not be considered for the evaluation. In case of a Joint venture, the above work experiences can be collectively satisfied by the partners as outlined in the Prequalification Document.
5. Interested eligible applicants may obtain further information and inspect the prequalification documents at the Office of UTKHPL (address below) within office hours (10:00 to 17:00 hours). A complete set of prequalification documents in English may be purchased from UTKHPL office by interested applicants from 13 April 2017 to 30 May 2017 upon submission of a written application to the office as addressed below and upon submission of bank voucher evidencing a non-refundable cash deposit of Nepalese Rupees (NPR) 25,000/- or any convertible currency equivalent to United States Dollar (USD) 250/- in favor of UTKHPL’s current Account no: 9701017500012 in Nabil Bank Limited, Nepal. All the applicants prequalified in the prequalification process will obtain the bidding documents free of cost in order to participate in the bidding process.
6. If requested by the Applicant the document could also be sent by registered airmail. In this condition, the Applicant should include a certified cheque in the amount and currency equivalent to the cost of document as indicated above and applicable mailing/shipping charges not less than NRs 10,000 or any convertible currency equivalent to US$100 in favor of UTKHPL. UTKHPL will promptly dispatch the documents by registered airmail, starting April 13, 2017 but UTKHPL shall not be responsible for delay or non-delivery of the document.
7. Prequalification application along with one (1) set of original and one (1) set of duplicate prequalification documents, signed by authorized personnel, should be submitted in sealed envelopes, delivered to the address below on or before May 31, 2017, 12:00 hours (local time), and be clearly marked “Application to Prequalify for Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme under Upper Tamakoshi Hydroelectric Project, Contract
Identification No. UTKHEP/ICB-01-2073/74". Names and addresses of the applicants will
be published in the UTKHPL's official webpage. Applications for prequalification will be opened at 14:00 hours (local time) on the same day at the Office of UTKHPL (address below) in the presence of the applicants' representatives who choose to attend. The opening process will not be hampered even if applicants' representatives are not present.
8. If the last date for purchase or submission of PQ document falls on public holiday, the next consecutive working days shall be applicable for both purchase and submission.
Prequalification Documents Invitation for Prequalification Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 6 Upper Tamakoshi Hydroelectric Project
9. A Pre-submission meeting will be held at the Office of UTKHPL on May 12, 2017 at 14:00 hours (local time). The purpose of the meeting will be to clarify on the prequalification proceedings and any other issues regarding prequalification document.
10. It is recommended to visit the project site by perspective applicants and familiarize themselves with the local conditions. Cost incurred for preparation of prequalification document and the site visit will be solely at the expenses of the applicant.
11. UTKHPL reserves the right to accept or reject any Application for prequalification and to cancel the prequalification process and reject all Applications at any time, without assigning any reasons whatsoever.
12. Interested eligible applicants may obtain further information from the address below or company website www.tamakoshihydro.org.np
Address Upper Tamakoshi Hydropower Limited (UTKHPL) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: 977-1-4420268, 4420295 Fax No.: 977-1-4412569 Email: [email protected]; www.tamakoshihydro.org.np
Prequalification Documents Summary Description Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 7 Upper Tamakoshi Hydroelectric Project
Summary Description PART I. PREQUALIFICATION PROCEDURES
Section 1 - Instructions to Applicants (ITA) This Section specifies the procedures to be followed by Applicants in the preparation and submission of their Applications for Prequalification (AFP).
Information is also provided on opening and evaluation of AFPs. Section 1 - contains provisions that are to be used without modification.
Section 2 - Application Data Sheet (ADS) This Section consists of provisions that are specific to each prequalification
and supplement the information or requirements included in Section 1 - Instructions to Applicants .
Section 3 - Qualification Criteria (QLC) This Section contains the criteria and methods to be used to evaluate
Applications.
Section 4 - Application Forms (APF) This Section contains the Application Submission Sheet and all the forms
required to be submitted with the Application .
PART II. REQUIREMENTS
Section 5 - Scope of Contract (SOC) This Section includes a summary description of the scope of contract and additional information on major contract components, major quantities, required construction methods, and the contract implementation period of the
Contract subject of this prequalification exercise.
Prequalification Documents Part I - Prequalification Procedures Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 8 Upper Tamakoshi Hydroelectric Project
PART I -. PREQUALIFICATION
PROCEDURES
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 9 Upper Tamakoshi Hydroelectric Project
Section 1 - Instructions to
Applicants (ITA)
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 10 Upper Tamakoshi Hydroelectric Project
Section 1 - Instructions to Applicants (ITA)
TABLE OF CONTENTS
Description Page No.
General ..................................................................................................................................................... 12
1. Scope of Application ........................................................................................................................ 12
2. Source of Funds ............................................................................................................................... 12
3. Fraud and Corruption ..................................................................................................................... 12
4. Eligible Applicants ........................................................................................................................... 14
5. Eligible Materials, Equipment and Services ................................................................................ 15
Contents of Prequalification Document ................................................................................................ 15
6. Sections of the Prequalification Document .................................................................................... 15
7. Clarification of Prequalification Document .................................................................................. 16
8. Amendment of Prequalification Document ................................................................................... 16
Preparation of Applications ................................................................................................................... 16
9. Cost of Applications ......................................................................................................................... 16
10. Language of Application ............................................................................................................. 16
11. Documents Comprising the Application .................................................................................... 16
12. Application Submission Sheet ..................................................................................................... 17
13. Documents Establishing the Eligibility of the Applicant .......................................................... 17
14. Documents Establishing the Qualifications of the Applicant ................................................... 17
15. Format and Signing of the Application ...................................................................................... 17
Submission and Opening of Applications ............................................................................................. 17
16. Sealing and Marking of Applications ......................................................................................... 17
17. Deadline for Submission of Applications ................................................................................... 18
18. Late Applications ......................................................................................................................... 18
19. Opening of Applications .............................................................................................................. 18
Evaluation of Applications ..................................................................................................................... 18
20. Confidentiality .............................................................................................................................. 18
21. Clarification of Applications ....................................................................................................... 18
22. Responsiveness of Applications ................................................................................................... 18
23. Margin of Preference ................................................................................................................... 18
24. Subcontractors ............................................................................................................................. 19
Prequalification of Applicants ............................................................................................................... 19
25. Evaluation of Applications .......................................................................................................... 19
26. Employer’s Right to Accept or Reject Applications ................................................................. 19
27. Prequalification of Applicants .................................................................................................... 19
28. Notification of Prequalification ................................................................................................... 19
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 11 Upper Tamakoshi Hydroelectric Project
29. Invitation to Bid ........................................................................................................................... 19
30. Changes in Qualifications of Applicants .................................................................................... 19
General ..................................................................................................................................................... 22
Contents of the Prequalification Document .......................................................................................... 22
Preparation of Applications ................................................................................................................... 23
Submission and Opening of Applications ............................................................................................. 23
Evaluation of Applications ..................................................................................................................... 24
Prequalification of Applicants ............................................................................................................... 24
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 12 Upper Tamakoshi Hydroelectric Project
Section 1-Instructions to Applicants (ITA)
General
1. Scope of
Application
1.1 In connection with the Invitation for Prequalification indicated in Section 2,
Application Data Sheet (ADS), the Employer, as defined in the ADS, issues
this Prequalification Document to applicants interested in bidding for the
works described in Section 5, Scope of Contract. The number of contracts
and the name and identification of each contract as well as the International
Competitive Bidding (ICB) number corresponding to this prequalification,
are provided in the ADS.
1.2 Throughout this Bidding Document:
(a) the term “in writing ”means communicated in written form and delivered against receipt;
(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and
(c) “day ”means calendar day.
2. Source of Funds 2.1 UTKHPL Funded: In accordance with its annual program and budget,
approved by the GoN, the implementing agency indicated in the ADS plans to apply a portion of the allocated budget to eligible payments under the
contract(s) resulting from the bidding for which this prequalification is
conducted hereinafter called “the Contract”.
Or
Public Entities'(PE) own Resource Funded: In accordance with its annual program and budget, approved by the public entity, the implementing agency indicated in the ADS plans to apply a portion of the allocated budget to eligible payments under the contract(s) resulting from the bidding for which this prequalification is conducted hereinafter called “the Contracts".
Or
2.2 DP Funded: The GoN has applied for or received financing (hereinafter
called “funds”) from the Development Partner (hereinafter called “the DP”)
indicated in the ADS toward the cost of the project named in the ADS. The
GoN intends to apply a portion of the funds to eligible payments under the
contract(s) resulting from the bidding for which this prequalification is
conducted hereinafter called “the Contract”.
2.3 DP Funded: Payment by the DP will be made only at the request of the GoN
and upon approval by the DP in accordance with the terms and conditions
of the financing agreement between the GoN and the DP (hereinafter called
the “Loan/Grant Agreement”), and will be subject in all respects to the terms
and conditions of that Loan/Grant Agreement. No party other than the GoN
shall derive any rights from the Loan Agreement or have any claim to the
funds.
3. Fraud and
Corruption
3.1 UTKHPL require that the Employer as well as bidders, suppliers and
contractors and their sub-contractors under UTKHPL -financed contracts, shall
adhere to the highest standard of ethics during the procurement and execution
of such contracts. In this context, the UTKHPL;
(a) Defines, for the purposes of this provision, the terms set forth below
as follows:
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 13 Upper Tamakoshi Hydroelectric Project
(i) “corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice" means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
(iii) “coercive practice" means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(iv) “collusive practice" means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party;
(v) “obstructive practice" means deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a GoN/DP investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
(b) Will reject bid(s) if it determines that the bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question.
3.2 The Applicant shall not carry out or cause to carry out the following acts with an intention to influence the implementation of the procurement process or the
procurement agreement:
(a) give or propose improper inducement directly or indirectly;
(b) distortion or misrepresentation of facts;
(c) engaging in corrupt or fraudulent practice or involving in such act;
(d) interference in participation of other competing applicants;
(e) coercion or threatening directly or indirectly to cause harm to the person or the property of any person to be involved in the procurement proceedings;
(f) collusive practice among applicants before or after submission of applications for distribution of works among applicants; and
(g) Contacting the Employer with an intention to influence the Employer about the applications or interference of any kind in examination and evaluation of the applications during the period from the time of opening of the application until the notification of prequalification.
3.3 PPMO, on the recommendation of the UTKHPL may blacklist an
Applicant/Bidder for a period of one (1) to three (3) years for its conduct
including on the following grounds and seriousness of the act committed by
the Applicant/Bidder:
(a) if convicted by a court of law in a criminal offence which disqualifies the Applicant/Bidder from participating in the contract;
(b) if it is established that the qualification of the applicant was based on false or misrepresentation of Applicant’s qualification information;
(c) if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 14 Upper Tamakoshi Hydroelectric Project
obstructive practices in competing for, or in executing, a GoN/DP-financed contract; and
(d) Any other acts committed in contravention of prevailing public procurement Act, Rules and UTKHPL bylaws thereof.
3.4 An Applicant/bidder declared blacklisted and ineligible by the GoN, Public
Procurement Monitoring Office (PPMO) or by competent authority for not
paying a loan of a bank or financial institution and/or the DP in case of DP
funded project, shall be ineligible to apply/bid for a contract during the period
of time determined by the authorities and/or the DP.
3.5 DP Funded: In pursuance of the fraud and corruption policy, the DP.
(a) will reject a proposal if it determines that the bidder recommended for award has directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
(b) will cancel the portion of the loan /credit /grant allocated to a contract if it determines at any time that representative(s) of the GoN or of a beneficiary of the fund engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the GoN having taken timely and appropriate action satisfactory to the DP to remedy the situation.
4. Eligible
Applicants 4.1 An Applicant may be a natural person, private entity, government-owned
entity, subject to ITA Sub-Clause 4.6, or any combination of them with a
formal intent to enter into an agreement or under an existing agreement in
the form of a Joint Venture (JV). In the case of a JV,
(a) All partners shall be jointly and severally liable. Maximum number
of JV shall be as specified in the ADS. The qualification requirement
of the parties to the JV shall be as specified in Section 3 Qualification Criteria; and
(b) A JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of all the partners of the JV during the prequalification process and, in the event, the JV is prequalified, during the bidding process, and in the event, the JV is
awarded the Contract, during contract execution.
4.2 An Applicant, and all partners constituting the Applicant, shall have the
nationality of an eligible country mentioned in the ADS. An Applicant shall
be deemed to have the nationality of a country if the Applicant is a citizen of that country; or is constituted, incorporated, or registered and operates
in conformity with the provisions of the laws of that country.
4.3 The above requirement shall also apply to the determination of the nationality of proposed Subcontractors or Suppliers for any part of the
Contract including related services.
4.4 At the time of bidding, Bidders shall not have a conflict of interest. All
Bidders found to have a conflict of interest shall be disqualified. Bidders
may be considered to be in a conflict of interest with one or more parties in
the bidding process if including but not limited to:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from any of them; or
(c) they have the same legal representative for purposes of this bid; or
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 15 Upper Tamakoshi Hydroelectric Project
(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or
(e) A Bidder participates in more than one bid in this bidding process, either individually or as a partner in a joint venture Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which
it is involved. However, this does not limit the inclusion of the same
Subcontractor in more than one bid; or
(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Contract that is the subject of the bid; and
(g) A Bidder or any of its affiliates has been hired (or is proposed to be
hired) by the Employer as Engineer for the contract.
4.5 A firm that is under a declaration of ineligibility by GoN/DP in accordance
with ITA 3, at the date of the deadline for application or bid submission shall
be disqualified.
4.6 Applicants shall provide such evidence of their continued eligibility
satisfactory to the Employer, as the Employer shall reasonably request.
4.7 Applicants shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter
of the United Nations, the Borrower’s country prohibits any import of goods
or contracting of works or services from that country or any payments to
persons or entities in that country.
4.8 Domestic Applicant shall be eligible only if the applicant has obtained Permanent Account Number (PAN) and Value Added Tax (VAT) Registration Certificate(s) and Tax Clearance Certificate or proof of submission of income return as stated in ADS from the Inland Revenue Office. Foreign applicant shall be eligible only if it submits the document(s)
indicated in the ADS.
5. Eligible
Materials,
Equipment and
Services
5.1 The materials, equipment and services to be supplied under the Contract
shall have their origin in any source countries as defined in ITA 4.2 above.
Contents of Prequalification Document
6. Sections of the
Prequalification
Document
6.1 The Prequalification Document consists of Parts I and II, which include all the sections, indicated below, and should be read in conjunction with any
Addenda issued in accordance with ITA Clause 8.
PART I Prequalification Procedures
Section 1 . Instructions to Applicants (ITA)
Section 2 . Application Data Sheet (ADS)
Section 3 . Qualification Criteria (QLC)
Section 4 . Application Forms (APF)
PART II Requirements
Section 5 . Scope of Contract (SOC)
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 16 Upper Tamakoshi Hydroelectric Project
6.2 The Invitation for Prequalification issued by the Employer is not part of the
Prequalification Document.
6.3 The Employer is not responsible for the completeness of the Prequalification Document and its Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for
Prequalification.
6.4 The Applicant is expected to examine all instructions, forms, and terms in the Prequalification Document and to furnish all information or
documentation required by the Prequalification Document. The information
or documentation shall be complete, accurate, current, and verifiable. The
Employer shall have the right to conduct independent checks to determine the completeness and accuracy of the information or documentation provided by the Applicant, and to take remedial actions, including rejection
of the Applicant, as appropriate.
7. Clarification of
Prequalification
Document
7.1 A prospective Applicant requiring any clarification of the Prequalification
Document shall contact the Employer in writing at the Employer’s address
indicated in the ADS. The Employer will respond in writing to any request
for clarification if such request is received no later than 15 days prior to the
deadline for submission of Applications. The Employer shall forward copies
of its response to all Applicants who have acquired the Prequalification Document directly from the Employer including a description of the inquiry
but without identifying its source. Should the Employer deem it necessary
to amend the Prequalification Document as a result of a request for clarification, it shall do so following the procedure under ITA Clause 8 and
in accordance with the provisions of Sub-Clause 17.2.
8. Amendment of
Prequalification
Document
8.1 At any time prior to the deadline for submission of Applications, the
Employer may amend the Prequalification Document by issuing addenda.
8.2 Any addendum issued shall be part of the Prequalification Document and shall be communicated in writing to all who have obtained the Prequalification Document directly from the Employer in accordance with
ITA Sub-Clause 6.3.
8.3 To give prospective Applicants reasonable time in which to take an addendum into account in preparing their Applications, the Employer may, at its discretion, extend the deadline for the submission of Applications,
pursuant to ITA Sub-Clause 17.2.
Preparation of Applications
9. Cost of
Applications 9.1 The Applicant shall bear all costs associated with the preparation and
submission of its Application, and the Employer shall in no case be responsible or liable for those costs, regardless of the conduct or outcome
of the prequalification process.
10. Language of
Application
10.1 The Application, as well as all correspondence and documents relating to the prequalification exchanged by the Applicant and the Employer, shall be
written in the English language. Supporting documents and printed
literature that are part of the Application may be in another language, provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of
interpretation of the Application, the translation shall govern.
11. Documents
Comprising the
Application
11.1 The Application shall comprise the following:
(a) Application Submission Sheet, in accordance with ITA Clause 12;
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 17 Upper Tamakoshi Hydroelectric Project
(b) written confirmation authorizing the signatory of the Application to
commit the Applicant, in accordance with ITA Sub-Clause 15.3;
(c) documentary evidence establishing the Applicant’s eligibility to
prequalify, in accordance with ITA Clause 13;
(d) documentary evidence establishing the Applicant’s qualifications, in
accordance with ITA Clause 14; and
(e) Any other document required as specified in the ADS.
12. Application
Submission
Sheet
12.1 The Applicant shall prepare an Application Submission Sheet using the
form furnished in Section 4, Application Forms. This form must be
completed without any alteration to the text, and no substitutes shall be
accepted. All blank spaces shall be filled in with the information requested.
13. Documents
Establishing the
Eligibility of the
Applicant
13.1 To establish its eligibility in accordance with ITA Clause 4, the Applicant shall complete the eligibility declarations in the Application Submission
Sheet and Forms ELI1 and 2, included in Section 4, Application Forms.
14. Documents
Establishing the
Qualifications of
the Applicant
14.1 To establish its qualifications to perform the contract in accordance with Section 3, Qualification Criteria, the Applicant shall provide the information requested in the corresponding Information Sheets included in Section 4,
Application Forms.
15. Format and
Signing of the
Application
15.1 The Applicant shall prepare one original of the documents comprising the
Application as described in ITA Clause 11 and clearly mark it “ORIGINAL”.
The original of the Application shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the
Applicant.
15.2 The Applicant shall submit copies of the signed original Application, in the
number specified in the ADS, and clearly mark them “COPY”. In the event
of any discrepancy between the original and the copies, the original shall
prevail.
15.3 The requirements regarding the legal instrument evidencing the authorization to represent and sign on behalf of the Applicant shall be as
specified in the ADS. Applications submitted by an existing or intended JV
shall include an undertaking signed by all partners
(a) stating that all partners shall be jointly and severally liable, and
(b) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the partners of the JV during the prequalification process and, in the event the JV is prequalified, during the bidding process, and in the event the JV is
awarded the Contract, during contract execution.
Submission and Opening of Applications
16. Sealing and
Marking of
Applications
16.1 Applicants may always submit their application by mail or by hand. When
so specified in the ADS, Applicants shall have the option of submitting their
applications electronically. Procedures for submission, sealing and marking
are as follows:
(a) Applicant submitting applications by mail or by hand shall enclose the original and each copy of the Application, in separate sealed
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.”
These envelopes containing the original and the copies shall then be
enclosed in one single envelope. The rest of the procedure shall be
in accordance with ITA 16.2 and 16.3.
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 18 Upper Tamakoshi Hydroelectric Project
(b) Bidders submitting bids electronically shall follow the electronic bid
submission procedures specified in the ADS.
16.2 The Applicant shall enclose the original and the copies of the Application in a sealed envelope which shall
(a) bear the name and address of the Applicant;
(b) be addressed to the Employer, in accordance with ITA 17.1; and
(c) bear the specific identification of this prequalification process
indicated in the ADS 1.1.
16.3 If the envelope is not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature opening of the
Application.
17. Deadline for
Submission of
Applications
17.1 Applications must be received by the Employer at the address and no later
than the deadline indicated in the ADS.
17.2 The Employer may, at its discretion, extend the deadline for the submission of Applications by amending the Prequalification Document in accordance with ITA Clause 8, in which case all rights and obligations of the Employer and the Applicants subject to the previous deadline shall thereafter be
subject to the deadline as extended.
18. Late
Applications
18.1 Prequalification application received later than the deadline specified in ITA
17.1 shall be returned unopened.
19. Opening of
Applications
19.1 The Employer shall prepare a record of the opening of Applications that
shall include, as a minimum, the name of the Applicant. A copy of the record
shall be distributed to all Applicants. Any specific electronic application
opening procedures required, if electronic bidding is permitted in
accordance with ITA 16.1, shall be as specified in the ADS.
Evaluation of Applications
20. Confidentiality 20.1 Information relating to the evaluation of Applications, and recommendation for prequalification, shall not be disclosed to Applicants or any other persons not officially concerned with such process until the notification of
prequalification is made to all Applicants.
20.2 From the deadline for submission of Applications to the time of notification of the results of the prequalification in accordance with ITA Clause 28, if any Applicant wishes to contact the Employer on any matter related to the
prequalification process, it may do so in writing.
21. Clarification of
Applications
21.1 To assist in the evaluation of Applications, the Employer may, at its discretion, ask any Applicant for a clarification of its Application which shall
be submitted within a stated reasonable period of time. Any request for
clarification and all clarifications shall be in writing.
21.2 If an Applicant does not provide clarifications of the information requested
by the date and time set in the Employer’s request for clarification, its
Application may be rejected.
22. Responsiveness
of Applications
22.1 The Employer may reject any Application which is not responsive to the
requirements of the Prequalification Document.
23. Margin of
Preference
23.1 If so indicated in the ADS, a margin of preference shall apply in the bidding
process resulting from this prequalification.
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 19 Upper Tamakoshi Hydroelectric Project
24. Subcontractors 24.1 Applicants shall state in the Application Submission Sheet whether they
intend to subcontract parts or elements of the Works.
24.2 If an Applicant intends to subcontract any of the key activities listed in
Section 3, Qualification Criteria, Criteria 4.2, then such key activities and
the proposed Subcontractors (Specialist Subcontractors) shall be clearly
identified in Section 4, Application Forms, Forms ELI-2 and EXP-2. Such
Specialist Subcontractor(s) shall meet the corresponding qualification
requirements specified in Section 3, Qualification Criteria. A formal intent to
enter into an agreement with the Specialist Subcontractors in the form of a letter jointly signed by the Applicant and the Specialist Subcontractor
should be submitted together with the Application. At the time of bidding,
the Bidder shall use in its bid only Specialist Subcontractors prequalified
during the prequalification exercise.
24.3 Unless otherwise specified in the ADS, the Employer does not intend to execute certain specific parts of the Works by Subcontractors selected in
advance by the Employer (Nominated Subcontractors).
Prequalification of Applicants
25. Evaluation of
Applications
25.1 The Employer shall use the criteria and methods defined in Section 3, Qualification Criteria to evaluate the qualifications of the Applicants and
proposed Subcontractors.
25.2 Only the qualifications of proposed Specialist Subcontractors with respect
to “Experience in Key Activities” that have been identified in the Application
pursuant to ITA 24.2 will be considered in the evaluation of an Applicant.
However, the financial resources of Specialist Subcontractors shall not be added to those of the Applicant for purposes of prequalification of the
Applicant.
25.3 Unless otherwise indicated in the ADS, this prequalification shall be for a
single contract.
26. Employer’s
Right to Accept
or Reject
Applications
26.1 The Employer reserves the right to accept or reject any Application, and to annul the prequalification process and reject all Applications at any time, without thereby incurring any liability to Applicants.
27. Prequalification
of Applicants
27.1 All Applicants, including their proposed Specialist Subcontractors, whose Applications have been determined to be substantially responsive to the requirements of the Prequalification Document and who have met or
exceeded the specified criteria shall be prequalified by the Employer.
28. Notification of
Prequalification
28.1 Once the Employer has completed the evaluation of the Applications it shall notify all Applicants in writing of the names of those applicants who have
been prequalified.
29. Invitation to Bid 29.1 Promptly after the notification of the results of the prequalification, the Employer shall invite bids from all the Applicants that have been
prequalified.
29.2 Bidders shall be required to provide bid security in the form of a demand guarantee or other security acceptable to the Employer for an amount as
specified in the bidding document.
30. Changes in
Qualifications of
Applicants
30.1 Any change in the qualification status of an Applicant after being prequalified in accordance with ITA Clause 27 shall be subject to the written
approval of the Employer. Any such change shall be submitted to the
Prequalification Documents Section 1 - Instructions to Applicants (ITA) Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 20 Upper Tamakoshi Hydroelectric Project
Employer not later than 15 days after the date of the Invitation to Bid. Such
approval shall be denied if as a consequence of any change,
(a) the prequalified Applicant, after the change, no longer substantially meets the qualification criteria set forth in Section 3, Qualification Criteria; or
(b) a new partner that had not been prequalified as an Applicant or a
Specialist Subcontractor as per ITA 24.2 is added to a prequalified
Applicant.
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 21 Upper Tamakoshi Hydroelectric Project
Section 2 - Application Data
Sheet (ADS)
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 22 Upper Tamakoshi Hydroelectric Project
Section 2 -Application Data Sheet (ADS)
Information in this ADS are intended to complement, amend, or supplement the provisions in the ITA. In the event of conflict or ambiguity, the provisions in the ADS shall prevail over those in the ITA.
General
ITA 1.1 The Name of the Employer is : Upper Tamakoshi Hydropower Limited (UTKHPL)
ITA 1.1 Name of the Contract :Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme Contract Identification Number : UTKHEP/ICB-01-2073/2074
ITA 2.1 The name of the Public Entity : Upper Tamakoshi Hydropower Limited (UTKHPL)
Rolwaling Diversion Tunnel Scheme (RDTS) is the second stage development of Upper Tamakoshi Hydroelectric Project (UTKHEP) in which Rolwaling water will be diverted via tunnel to UTKHEP reservoir to produce additional energy mostly in the dry seasons. The construction works of this second stage development of UTKHEP are divided into following two (2) separate contract packages:
(i) Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme (CRCS)
(ii) Lot B - Rolwaling Diversion Tunnel Scheme (RDTS)
Out of two Lots mentioned above, Lot A is required/ to construct as an access to one of the work fronts of RDTS. It is approximately 2.4km in length and runs through Chhet Chhet to Rekhu with an intermediate station near Simigaun. It varies from elevation 1401m to 2122m above mean sea level. Operation speed shall not be more than 5m/sec.
Upper Tamakoshi Hydropower Ltd. (UTKHPL) intends to apply fund from national financial institutions towards the cost of the Upper Tamakoshi Hydroelectric Project (UTKHEP), and it intends to apply part of the proceeds of this fund for payments under the contracts mentioned above under Upper Tamakoshi Hydroelectric Project (UTKHEP). Presently UTKHPL is executing 456 MW Upper Tamakoshi Hydroelectric Project (UTKHEP). The Project is entirely financed by internal resources. Employer intends to procure Lot A ('Chhet Chhet - Rikhu' Cable Car Scheme) based on the FIDIC Conditions of Contract for EPC/Turnkey Projects-1999 Edition.
ITA 2.1 The name of the Project is Upper Tamakoshi Hydroelectric Project.
ITA 4.1(a) Maximum number of partner in a joint venture is limited to 3 (Three) and share of each partner in the Joint Venture shall not be less than 10% and share of Lead Partner shall be more than 40%. The one with the largest share shall be appointed as Lead Partner in the Joint Venture.
ITA 4.2 Eligible countries: All countries having diplomatic relationship with Nepal.
ITA 4.8 Tax Clearance Certificate or Proof of submission of income return for: FY 2072/73
Foreign applicant shall include a declaration to submit the following documents at the time
of contract agreement, in the event it is awarded the contract :
Permanent Account Number (PAN) and Value Added Tax (VAT) registration from concerned tax revenue office.
Resident foreign applicant shall submit PAN/VAT certificate and tax clearance certificate
or proof of submission of Income Return for FY 2072/73.
Contents of the Prequalification Document
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 23 Upper Tamakoshi Hydroelectric Project
ITA 7.1
For clarification purposes only, the Employer’s address is
Attention:-Project Chief Upper Tamakoshi Hydropower Limited (UTKHPL) Upper Tamakoshi Hydroelectric Project (UTKHEP) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: 977-1-4420268, 4420295 Fax No.: 977-1-4412569 Email: [email protected]; Web: www.tamakoshihydro.org.np
Preparation of Applications
ITA 11.1 (e) The Applicant shall submit with its Application the following additional documents:
[specify any additional document not already listed in ITA 11.1 that must be submitted with the Application]
ITA 15.2 In addition to the original, the number of copies to be submitted with the Application is ONE.
ITA 15.3 The requirements regarding the legal instrument evidencing the authorization to represent and sign on behalf of the Applicant shall be: An organizational document, board resolution or its equivalent, or power of attorney specifying the representative’s authority to sign the Application on behalf of the Applicant. If the Applicant is an intended or an existing joint venture, all should sign the power of attorney partners and specify the authority of the named representative of the joint venture to sign on behalf of the intended or existing joint venture. If the joint venture has not yet been formed, also include evidence from all proposed joint venture partners of their intent to enter into a joint venture in the event of a contract award.
Submission and Opening of Applications
ITA 16.1 Applicants shall have the option of submitting their applications electronically . ( ( Not Applicable)
ITA 16.1(b)
The electronic submission procedures shall be :
( Not Applicable)
ITA 17.1 For Application submission purposes only, the Employer’s address is: Project Chief Upper Tamakoshi Hydropower Limited (UTKHPL) Upper Tamakoshi Hydroelectric Project (UTKHEP) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: 977-1-4420268, 4420295 Fax No.: 977-1-4412569 Email: [email protected]; Web: www.tamakoshihydro.org.np
Applications for prequalification shall be submitted in the same name on which documents were purchased from UTKHPL. In case of Joint Venture, documents shall be purchased in the name of Joint Venture. Applications will be rejected if they are submitted in different names than the names on which documents were purchased.
The deadline for Application submission is: Date : May 31, 2017 Time :12:00 hours (local time)
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 24 Upper Tamakoshi Hydroelectric Project
ITA 19.1
Applications for prequalification will be opened at 14:00 hours (local time) on May 31, 2017, at the Office of UTKHPL in the presence of the applicants' representatives who choose to attend. The opening process will not be hampered even if applicants' representatives are not present.
Evaluation of Applications
ITA 23.1 A margin of preference shall apply in the bidding process corresponding to this
prequalification.It shall be applicable according to this Pre Qualification document.
ITA 24.3 The Employer does not intend to execute certain specific parts of the Works by Subcontractors selected in advance (Nominated Subcontractors).
Prequalification of Applicants
ITA 25.3 As stipulated in ITA 1.1, this prequalification exercise shall be for a single contract.
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 25 Upper Tamakoshi Hydroelectric Project
Section 3 - Qualification
Criteria
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 26 Upper Tamakoshi Hydroelectric Project
Table of Criteria Page
1. Eligibility 27
1.1 Nationality 27
1.2 Conflict of Interest 27
1.3 GoN/DP Eligibility 27
1.4 Government-Owned Entity 27
1.5 United Nations Eligibility 27
1.6 VAT and PAN Registration 27
2. Pending Litigation 28
2.1 Pending Litigation 28
3. Financial Situation 28
3.1 Historical Financial Performance 28
3.2 Average Annual Construction Turnover 28
3.3 Financial Resources 28
4. Experience 29
4.1 General Experience 29
4.2 Contracts of Similar Size and Nature 29
4.3 Experience in Key Activities 29
5. Personnel 30
6. Equipment 30
7. Domestic Preference 31
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 27 Upper Tamakoshi Hydroelectric Project
Unless specifically indicated otherwise, it is the legal entity or entities comprising the Applicant, and not the Applicant’s parent companies, subsidiaries or affiliates that must satisfy the qualification criteria described below.
1. Eligibility
Criteria Compliance Requirements Documents
Requirement Single Entity
Joint Venture Submission Requirement
s All Partners Combined
Each Partner
One Partner
1.1 Nationality Nationality in accordance with ITA Sub-Clause 4.2.
must meet requirement
must meet requirement
must meet requirement
not applicable
Forms ELI –1; ELI –2
with attachments
1.2 Conflict of Interest No conflicts of interest in accordance with ITA Sub-Clause 4.4.
must meet requirement
existing or intended JV must meet
requirement
must meet requirement
not applicable
Application Submission
Sheet
1.3 GoN/DP Eligibility Not having been declared ineligible by GoN/DP, as described in ITA Sub-Clause 4.5.
must meet requirement
must meet requirement
must meet requirement
not applicable
Application Submission
Sheet
1.4 Government-Owned Entity Applicant required to meet conditions of ITA Sub-Clause 4.6.
must meet requirement
must meet requirement
must meet requirement
not applicable
Forms ELI -1 ; ELI -2
with attachments
1.5 United Nations Eligibility Not having been excluded by an act of compliance with the UN Secretary Council resolution in accordance with ITA 4.7.
must meet requirement
must meet requirement
must meet requirement
not applicable
Application Submission
Sheet
1.6 VAT and PAN Registration
(Applicants required to meet conditions of ITA Sub-Clause 4.8.)
a. Domestic/Resident Foreign Applicant
must meet requirement
existing or intended JV must meet
requirement
must meet requirement
not applicable
PAN and VAT Registration Certificate
Tax clearance/Tax
Return
b. Foreign Applicant must meet
requirement
existing or intended JV must meet
requirement
must meet requirement
not applicable
Declaration to submit PAN and
VAT Registration
Certificate at the time of Contract
Agreement
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 28 Upper Tamakoshi Hydroelectric Project
2. Pending Litigation
Criteria Compliance Requirements Documents
Requirement Single Entity
Joint Venture Submission
Requirements All Partners Combined
Each Partner
One Partner
2.1 Pending Litigation
All pending litigation, if any, shall be treated as resolved against the Applicant and so shall in total not represent more than 50%percent of the Applicant’s net worth calculated as the difference between total assets and total liabilities should be positive.
must meet requirement by itself or
as partner to past or
existing JV
not applicable
must meet requirement by itself or
as partner to past or
existing JV
not applicable
Form LIT – 1
3. Financial Situation
Criteria Compliance Requirements Documents
Requirement Single Entity
Joint Venture Submission
Requirements All Partners Combined
Each Partner
One Partner
3.1 Historical Financial Performance
Submission of audited financial statements or, if not required by the law of the applicant’s country, other financial statements acceptable to the Employer, for the last 5 years to demonstrate the current soundness of the Applicant’s financial position. As a minimum, the Applicants net worth for the last year, calculated as the difference between total assets and total liabilities should be positive.
must meet requirement
not applicable must meet
requirement not
applicable
Form FIN - 1 with
attachments
3.2 Average Annual Construction Turnover Minimum average annual construction turnover of US$ 4.5 million calculated as total certified payments received for contracts in progress or completed within the last 5 years. In case of domestic partner, minimum average annual construction turnover shall be taken from the best 3 years of the last ten years.
must meet requirement
must meet requirement
must meet
25%
of the requirement
must meet
40%
of the requireme
nt
Form FIN – 2
3.3 Financial Resources The Applicant must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit and other financial means, other than any contractual advance payments to meet the overall cash flow requirements for this contract and its current work commitment. The
must meet requirement
must meet requirement
must meet 25% of the
requirement
must meet 40% of the requireme
nt
Form FIN-3.1&3.2
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 29 Upper Tamakoshi Hydroelectric Project
minimum Liquid Asset/ Line of Credit shall be US$1.0 million.
4. Experience
Criteria Compliance Requirements Documents
Requirement Single Entity
Joint Venture Submission Requirement
s All
Partners Combined
Each Partner
One Partner
4.1 General Experience
Experience under design, manufacture, supply and installation of Cable Car/ Ropeways contracts or construction contracts in the role of contractor/ subcontractor at least for the last ten years prior to the applications submission deadline.
must meet requirement
not applicable
must meet requirement
not applicable
Form EXP –1
4.2 Contracts of Similar Size and
Nature
Participation as a Prime Contractor of at least two cable car or ropeway systems design, manufacturing, supply, installation and commissioning with all complete for operation having total amount equivalent to USD 3.5 million each within the last ten years. At least one of the above two contracts has been completed outside the bidder's home country.
Participation as a Prime Contractor of at least one Cable car or ropeways system with design, manufacturing, supply, installation and commissioning contract of minimum 2 km length and total elevation difference of minimum 250 m between any two consecutive stations has been successfully completed within last ten years.
must meet requirement
not applicabl
e
not applicable
Must meet requirement
Form EXP – 2(a)
4.3 Experience in Key Activities
For the above or other contracts executed during the period stipulated in 4.1 above, a minimum construction
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 30 Upper Tamakoshi Hydroelectric Project
experience in the following key activities:
Design, manufacture, supply, delivery testing, installation and commissioning of Cable car/ Ropeway system of at least three tower stations and 1 ton capacity of each carrier/car with cable must be successfully completed within the last 10 years.
must meet
requirement
not applicable
not applicable
must meet requirement
Form EXP – 2(b)
Note: The Employer / the Engineer’s References shall evidence the successful completion of the work experience. The references and other prequalification documents of the parent or subsidiary companies of the Applicant shall not be considered for the evaluation. In case of a Joint venture, the above work experiences can be collectively satisfied by the partners.
5. Personnel
The Applicant must demonstrate that it has the personnel for the key positions that meet the following
requirements:
No. Position Academic Qualification [When position
demands]
Total Work Experience
[Years]
Experience in Similar Works [Years]
1. Project Manager / Team Leader
Bachelor in Engineering 8 4 years in manufacture,
installation and commissioning of Cable Cars or Rope Ways
2. Installation Manager
Intermediate in Engineering
8 4 years in installation and
commissioning of Cable Cars or Rope Ways
3. Production Manager
Bachelor in Engineering
8 4 years in manufacturing of Cable Cars or Rope Ways
4. Surveyor Diploma in engineering Survey/Civil or equivalent
5 3 years in construction works
The Applicant shall provide details of the proposed personnel and their experience records in the relevant
Information Forms included in Section 4 (Application Forms).
6. Equipment
The Applicant must demonstrate that it has the key equipment listed hereafter:
No. Equipment Type and Characteristics Minimum Number Requirement
1. All the necessary Equipment required for design, manufacturing, supply, installation and commissioning should be compatible with the technology.
All necessary equipment
2. …………
3. … … …
The Applicant shall provide further details of proposed items of equipment using the relevant Form in Section
4 (Application Forms).
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 31 Upper Tamakoshi Hydroelectric Project
7. Domestic Preference
If a margin of preference is provided for under ITA 23.1, the following procedure shall apply:
7.1.1 In comparing domestic bids with foreign bids, a margin of preference will be granted to eligible
domestic contractors, as defined below, in accordance with the following provisions .
(a) For application of domestic preference, all responsive bids will first be classified into the following two categories:
(i) Category I :Bids offered by domestic contractors and joint ventures eligible for the preference in accordance with the criteria set forth in BDS; and
(ii) Category II: Bids offered by other contractors.
The Employer will review each bid to confirm the appropriateness of, or to modify as necessary, the category to which the bid was assigned by the bidder in preparing it .
(b) The lowest evaluated bid of each category will then be determined by comparing all evaluated bids in each category among themselves.
(c) Such lowest evaluated bids will next be compared with each other and if, as a result of this comparison, a bid from Category I is found to be the lowest, it will be selected for the award of contract.
(d) If, however, as a result of the comparison under (c) above, the lowest bid is found to be from Category II, it will be further compared with the lowest evaluated bid from category I. For the purpose of this further comparison, only an upward adjustment will be made to the lowest evaluated bid price of Category II by adding an amount equal to 7.5% of the bid price. If, after such comparison, the Category I bid is determined to be the lowest, it will be selected for the award of contract; if not, the lowest evaluated bid from Category II will be selected.
7.1.2 Domestic contractors and joint ventures between a domestic contractor(s) and its foreign
partner(s) shall meet the following minimum criteria for eligibility of the Domestic Preference
Scheme:
(i) Domestic contractor(s):
(ii) firms are registered in Nepal;
(iii) firms have majority ownership by nationals of Nepal; and
(iv) Firms will not subcontract to foreign contractors more than fifty per cent (50%) of the total value of their work.
(a) A joint venture between a domestic contractor(s) and its foreign partner(s) will be eligible for the preference only if:
(i) the domestic partner(s) are individually eligible for the preference according to the criteria stated above;
(ii) the domestic partner(s) would not qualify for the Works on technical or financial grounds without the foreign participation; and
(iii) The domestic partner(s) will, under the arrangements proposed, carry out at least fifty per cent (50%) of the Works measured in terms of value.
Prequalification Documents Section 3 -Qualification Criteria Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 32 Upper Tamakoshi Hydroelectric Project
7.1.3 Bidders applying for the preference shall provide all evidence, including details of ownership,
necessary to prove that they are qualified for the preference according to the criteria set forth
in paragraph 7.1.2 above.
7.1.4 If the Contract is awarded to a bidder who has received the preference pursuant to the
foregoing provisions, such contractor shall not subcontract to foreign contractors more than
fifty per cent (50%) of the total value of their work.
7.1.5 Comparison of bids will only be between bids which conform fully to the specifications .In the
event that the alternative bid not conforming to the specifications, if any, of the bidder whose
main bid, which conforms with the specifications, is the lowest evaluated, is considered more
advantageous than its main bid, such alternative bid may be considered.
7.1.6 A joint venture which is awarded the Contract as a result of the application of the above
domestic preference provisions, shall furnish the Employer, together with the Performance
Security, a "Domestic Preference Security "to guarantee that the profit and loss distribution
and work-sharing arrangements with which the joint venture satisfied the criteria of Sub-Clause
7.1.2 (b) above will not be modified throughout the execution of the Contract .The domestic
performance security shall be in the form of an unconditional on-demand bank guarantee or
standby letter of credit acceptable to the Employer, for an amount in a convertible currency
equivalent to the difference between the joint venture's bid price and the bid price of the lowest
foreign bid.
The domestic preference security shall be issued either (a) by a bank located in Nepal, or (b) directly by a foreign bank acceptable to the Employer. The domestic preference security shall be valid until the Contractor has substantially completed the Works and a Taking-Over Certificate has been issued by the Engineer in accordance with the provisions of GCC and such security be returned to the Contractor together with the Taking-Over Certificate.
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 33 Upper Tamakoshi Hydroelectric Project
Section 4 - Application Forms
Application Submission Sheet
Form ELI – 1 Applicant Information Sheet
Form ELI – 2 JV Information Sheet
Form LIT – 1 Pending Litigation and Arbitration
Form FIN – 1 Historical Financial Performance
Form FIN – 2 Average Annual Construction Turnover
Form FIN – 3.1 Summary Sheet: Current Contract Commitments / Works in Progress
Form FIN – 3.2 Financial Capabilities
Form EXP – 1 General Construction Experience
Form EXP – 2(a) Experience in Contracts of Similar Size and Nature
Form EXP – 2 (b) Construction Experience in Key Activities
Form PER –1 Proposed Personnel
Form PER – 2 Resume of Proposed Personnel
Form –EQU Equipment
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 34 Upper Tamakoshi Hydroelectric Project
Application Submission Sheet
Date: ……………………….
Name of Project: Upper Tamakoshi Hydroelectric Project
Name of Contract: Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Contract Identification (CI) No: UTKHEP/ICB-01-2017/18
To:
Project Chief Upper Tamakoshi Hydropower Limited (UTKHPL) Upper Tamakoshi Hydroelectric Project (UTKHEP) Bishnudhan Niwas, Annapurna Marga Gyaneswor, Kathmandu, Nepal Tel. No.: 977-1-4420268, 4420295 Fax No.: 977-1-4412569 Email: [email protected]; Web: www.tamakoshihydro.org.np
We, the undersigned, apply to be prequalified for the referenced Contract Identification (CI) No. and declare the following: (a) We have examined and have no reservations to the Prequalification Document, including Addenda No
(s) …………………….., issued in accordance with ITA Clause 8.
(b) We, including all Subcontractors or Suppliers for any part of the contract resulting from this prequalification process, if any, have nationalities from eligible countries, in accordance with ITA Sub-Clause 4.2.
(c) We, including any Subcontractors or Suppliers for any part of the contract resulting from this
prequalification, do not have any conflict of interest in accordance with ITA Sub-Clause 4.4 and we have not been punished for an offense relating to the concerned profession or business.
(d) We, including any Subcontractors or Suppliers for any part of the contract resulting from this
prequalification, have not been declared ineligible by GoN/DP in accordance with ITA Sub-Clause 4.5 or by act of compliance with a decision of the United Nations Security Council in accordance with ITA Sub-Clause 4.8.
(e) We are not a government-owned entity. (f) We, in accordance with ITA Sub-clause 24.1, plan to subcontract the following key activities or parts of
the works : ........................................................................................................................................ . (g) We declare that the following commissions, gratuities, or fees have been paid or are to be paid with
respect to the prequalification process:
Name of Recipient Address Reason Amount
.
(If none has been paid or is to be paid, indicate "none").
(h) We understand that you may cancel the prequalification process at any time and that you are not bound
either to accept any Application that you may receive or to invite the prequalified Applicants to bid for the contract subject of this prequalification, without incurring any liability to the Applicants, in accordance with ITA Clause 26.
(i) We agree to permit GoN/UTKHPL or its representative to inspect our accounts and records and other
documents relating to the Application for prequalification and to have them audited by auditors appointed by GoN/UTKHPL.
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 35 Upper Tamakoshi Hydroelectric Project
(j) We understand that any misrepresentation that knowingly or recklessly misleads or attempts to mislead the Employer in the prequalification evaluation process may lead to the rejection of the Application.
Name ....................................................................................................................................................... In the capacity of ...................................................................................................................................... Signed ...................................................................................................................................................... .................................................................................................................................................................. .................................................................................................................................................................. Duly authorized to sign the Application for and on behalf of ................................................................... Date ......................................................................................................................................................... ..................................................................................................................................................................
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 36 Upper Tamakoshi Hydroelectric Project
Form ELI – 1 Applicant Information Sheet
Date: ......................................... CI No :. ......................................... Page .............. of ............ pages
Applicant Information
Applicant’s legal name
In case of JV, legal name of each partner
Applicant’s actual or
intended country of constitution
Applicant’s actual or
Intended year of constitution
Applicant’s legal address
in country of constitution
Applicant’s authorized
representative
(name, address, telephone
numbers, fax numbers, e-mail address)
Attached are copies of the following original documents.
1 . In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITA Sub-Clauses 4.1 and 4.2.
2 . Authorization to represent the firm or JV named above, in accordance with ITA Sub-Clause 15.3.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITA Sub-Clause 4.1.
4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITA Sub-Clause 4.6.
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 37 Upper Tamakoshi Hydroelectric Project
Form ELI – 2 JV Information Sheet
for JV Partners and Specialist Subcontractors as per ITA 24.2 Date: ......................................... CI No :. ......................................... Page .............. of ............ pages
Each member of a JV and Specialist Subcontractors as per ITA 24.2 must fill in this form.
JV / Specialist Subcontractor Information
Applicant’s legal name
JV Partner’s or Specialist
Subcontractor’s legal name
JV Partner’s or Specialist
Subcontractor’s country of
constitution
JV Partner’s or Specialist
Subcontractor’s year of
constitution
JV Partner’s or Specialist
Subcontractor’s legal address
in country of constitution
JV Partner’s or Specialist
Subcontractor’s authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)
Attached are copies of the following original documents.
1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITA Sub-Clauses 4.1 and 4.2.
2. Authorization to represent the firm named above, in accordance with ITA Sub-Clause 15.3.
3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITA Sub-Clause 4.6.
4. In case of Specialist Subcontractors as per ITA 24.2 a formal intent to enter into an agreement in the form of a letter jointly signed by the Applicant and the Specialist Subcontractor.
Specialist Subcontractor is a specialist enterprise engaged for highly specialized processes which cannot be provided by the main Contractor.
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 38 Upper Tamakoshi Hydroelectric Project
Form LIT – 1 Pending Litigation and Arbitration
Applicant’s Legal Name: ................................................. Date: .........................................
JV Partner Legal Name: ................................................. CI No :. .........................................
Page .............. of ............ pages
Each Applicant or member of a JV must fill in this form if so required under Criterion 2.1 of Section 3 (Qualification Criteria).
Pending Litigation and Arbitration
No pending litigation and arbitration
Below is a description of all pending litigation and arbitration involving the Applicant (or each JV member if Applicant is a Joint Venture)
Year Matter in Dispute
Value of Pending Claim
in USD
Equivalent
Value of Pending Claim
as a Percentage of
Net Worth
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 39 Upper Tamakoshi Hydroelectric Project
Form FIN – 1 Historical Financial Performance
Applicant’s Legal Name: ................................................. Date: .........................................
JV Partner Legal Name: ................................................. CI No :. .........................................
Page .............. of ............ pages
Each Applicant or member of a JV must fill in this form.
Information from Balance Sheet
Financial Data for Previous 5 Years [USD Equivalent]
Year 1 Year 2 Year 3 Year 4 Year 5
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Financial Data for Previous 5 Years [USD Equivalent]
Year 1 Year 2 Year 3 Year 4 Year 5
Total Revenues
Profits Before Taxes
Profits After Taxes
Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last five years, as indicated above, complying with the following conditions.
Unless otherwise required by Section 3 (Qualification Criteria), all such documents must reflect the financial situation of the legal entity or entities comprising the Applicant and not the Applicant’s parent companies, subsidiaries or affiliates.
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted).
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 40 Upper Tamakoshi Hydroelectric Project
Form FIN – 2 Average Annual Construction Turnover
Applicant’s Legal Name: ................................................. Date: .........................................
JV Partner Legal Name: ................................................. CI No :. .........................................
Page .............. of ............ pages
Each Applicant or member of a JV must fill in this form.
The information supplied should be the Annual Construction Turnover of the Applicant or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed, converted to US Dollars at the rate of exchange at the end of the period reported.
Annual Turnover Data for the Last 5 Years (Design, Manufacture, Installation, Testing and
Commissioning Works)
Year Amount
Currency Exchange
Rate USD
Equivalent
Year 1
Year 2
Year 3
Year 4
Year 5
Average Annual Construction Turnover
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 41 Upper Tamakoshi Hydroelectric Project
Form FIN – 3.1
Summary Sheet: Current Contract Commitments / Works in Progress Name of Applicant or partner of a Joint Venture Applicants and each partner to an application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.
Name of
contract
Employer, contact address/tell/fax/email
Contract amount
(Equivalent USD)
Value of outstanding
work (current
equivalent USD)
Estimated completion
date
Original completion
date
Average monthly invoicing
over last six months
[Equivalent USD] month
1
2
3
4
5
etc.
The Applicant shall provide evidence to substantiate the adequacy of the sources of finance to meet the Applicant’s cash flow requirements on the above contracts.
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 42 Upper Tamakoshi Hydroelectric Project
Form FIN – 3.2 Financial Capabilities
Name of Applicant or Partner of a Joint Venture Applicants, including each partner of a joint venture, shall provide financial information to demonstrate that they meet the requirements stated in the Evaluation Criteria 3.3. Each applicant or partner of a joint venture shall complete this form. If necessary, separate sheets shall be used to provide complete banker information. A copy of the audited balance sheets shall be attached. Autonomous construction subdivisions of parent conglomerate businesses shall submit financial information related only to the particular activities of the subdivision.
Banker
Name of Banker
Address of Banker
Telephone Contact name and title
Fax Email
Summarize actual assets and liabilities in US Dollar equivalent for the previous five calendar years, or such period as stated in ADS. Based upon known commitments, summarize projected assets and liabilities in US Dollar equivalent for the next two calendar years, unless the with holding of such information by stock market listed public companies can be substantiated by the Applicant.
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 43 Upper Tamakoshi Hydroelectric Project
Form EXP – 1
General Experience
Each Applicant or member of a JV must fill in this form.
General Experience
Starting Month Year
Ending Month Year
Year Contract Identification and Name and Address of Employer Brief Description of the Works Executed by the Bidder
Role of Applicant
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 44 Upper Tamakoshi Hydroelectric Project
Form EXP – 2(a)
Experience in Contracts of Similar Size and Nature Applicant’s Legal Name: ................................................. Date: .........................................
JV Partner Legal Name: ................................................. CI No :. .........................................
Page .............. of ............ pages
Fill up one (1) form per contract.
Contract of Similar Size and Nature Contract No. . . . . .of. .
. . . . Contract Identification
Award Date Completion Date
Total Contract Amount USD
If partner in a JV or Subcontractor, specify participation of total contract amount
Percent of Total Amount
Employer’s Name Address
Telephone/Fax Number
Description of the similarity in accordance with Criteria 4.2 of Section 3
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 45 Upper Tamakoshi Hydroelectric Project
Form EXP – 2 (b) Experience in Key Activities
Applicant’s Legal Name: ................................................. Date: ......................................... .................................................
JV Partner’s Legal Name: ................................................. CI No.: .........................................
.................................................
Subcontractor’s Legal Name (as per ITA 24.2): ...............
.......................................................................................... Page : ............... of ........... pages
Fill up one (1) form per contract.
Contract with Similar Key Activities Contract No. . . . . .of. .
. . . . Contract Identification
Award Date Completion Date
Total Contract Amount
USD
If partner in a JV or Subcontractor, specify participation of total contract amount
Percent of Total Amount
Employer’s Name
Address Telephone Number Fax Number
Description of key activities in accordance with Criteria 4.3 of Section 3
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 46 Upper Tamakoshi Hydroelectric Project
Form PER - 1 Proposed Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section 3 (Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate .
No. Name Position*
Academic Qualification
Total Work Experience
[Years]
Experience in Similar Works
[Years]
1.
2.
3.
4.
5.
As listed in Section 3 (Qualification Criteria).
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 47 Upper Tamakoshi Hydroelectric Project
Form PER – 2
Resume of Proposed Personnel
The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for
evaluation.
Position*
Personal Information Name Date of Birth
Professional qualifications
Present employment Name of employer
Address of employer
Telephone Contact (manager/personnel officer)
Fax E-mail
Job title Years with present employer
Summarize professional experience over the last twenty years in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.
From* To* Company, Project, Position and Relevant Technical and Management Experience*
Prequalification Documents Section 4 - Application Forms Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 48 Upper Tamakoshi Hydroelectric Project
Form - EQU Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the
requirements for the key equipment listed in Section 3 (Qualification Criteria). A separate Form shall be
prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder.The Bidder
shall provide all the information requested below, to the extent possible.Fields with asterisk (*) shall be used for
evaluation.
Type of Equipment*
Equipment Information Name of manufacturer Model and power rating
Capacity* Year of manufacture
Current Status Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
The following information shall be provided only for equipment not owned by the Bidder.
Owner Name of owner
Address of owner
Telephone Contact name and title
Fax email
Agreements Details of rental / lease / manufacture agreements specific to
theproject
Prequalification Documents Part II - Requirements Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 49 Upper Tamakoshi Hydroelectric Project
PART II - REQUIREMENTS
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 50 Upper Tamakoshi Hydroelectric Project
Section 5 - Scope of Contract
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 51 Upper Tamakoshi Hydroelectric Project
Table of Contents
A. Requirements .......................................................................................................................... 52
1. Brief Description of the Scope ............................................................................................ 52
2. Major Contract Components ............................................................................................. 52
3. Estimated Quantities of Major Components .................................................................... 53
4. Contract Implementation Period ....................................................................................... 54
B. Supplementary Information ............................................................................................... 55
1. Brief Descriptions of Rolwaling Diversion Tunnel Scheme and Chhet Chhet – Rikhu
Cable Car ....................................................................................................................................... 55
2. Environmental Considerations .......................................................................................... 56
3. Applicable Conditions of Contract .................................................................................... 60
4. Approximate Alignment Drawings .................................................................................... 61
C. Facilities to be Provided by the Employer ............................................................................. 72
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 52 Upper Tamakoshi Hydroelectric Project
A. Requirements
1. Brief Description of the Scope
The construction works of the second stage development of Upper Tamakoshi Hydroelectric Project has divided into the following two (2) separate contract packages:
(i) Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme
(ii) Lot B- Rolwaling Diversion Tunnel Scheme(RDTS)
This prequalification documents intends to prequalify the experience bidders for the Lot A- 'Chhet Chhet - Rikhu' Cable Car Scheme who has successfully completed with design, manufacture, supply, installation, testing and commissioning including one year operation.
The primary purpose of the ‘Chhet Chhet- Rikhu’ Cable Car Scheme is to transport construction materials and equipment to the Top Station at Rikhu during construction of the Rolwaling Diversion Scheme while its secondary purpose is to transport passengers , local product and goods after construction of the Rolwaling Diversion Scheme. It also serves as an access to the Simigaun village, which is located nearby Middle Station of the alignment.
The additional scope of works are as follows.
Bidders shall responsible for detail survey to finalize the appropriate alignment and must take approval from the Employer before starting the design activities. Bidders are responsible to submit detail survey report on both hard and soft copy to the Employer.
Bidders shall have full responsibility of design, manufacture, supply, installation; testing, commissioning and operation comply with International Standards. Final report shall submit to the Employer with operation and maintenance manual. Operation and Maintenance Manual shall consider all the Civil, Mechanical and Electrical related structure and components.
Bidders are recommended to visit the project site and familiarize themselves with the local conditions. Cost incurred for preparation of prequalification document and the site visit will be solely at the expenses of the applicant.
Bidders shall have full responsibility to construct safe Cable Car/Ropeway System compatible with European or equivalent International standard.
2. Major Contract Components
Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme comprises following works, but not limited to the following:
Survey, Design, manufacture, supply, transportation, installation, testing and commissioning including one year operation of about 2.4 km long cable car (8 passenger, bi-cable, jig-back system) with load carrying capacities as below:
• Load Capacity of Carrier - 8 passengers
• Load Capacity of Carrier –above 640 kg
• Load Capacity of Carrier - 1200 kg with freight basket
• Number of Carriers - 2
• Capacity - 50 passengers per hour per direction.
Construction of two end stations - one at Chhet Chhet village at elev. 1,400 m and the other at Rikhu village at elev. 2,100 m
Construction of one intermediate station at lower Simigaun at elev. 1,850 masl to serve as passenger carrier to the villagers.
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 53 Upper Tamakoshi Hydroelectric Project
The type of Cable Car/ Ropeway System shall be double-track reversible (jig-back) bi-cable aerial tramway without carrier track brakes. The overall system shall comply with the European Standard or equivalent.
The drive machinery shall be as compact as possible, but provide enough access for safe maintenance.
The main drive shall be an AC electric motor, which can be powered either from the power
grid or from an independent generator. This electric motor shall act directly onto the drive
bullwheel via a gearbox.
The safety brake shall be a caliper type and as per code required acting on the drive bull wheel. A hydraulic brake unit shall control it. The operating brake shall be integrated in the AC motor.
For emergency drive, the system shall be designed to run the ropeway empty under full load at reduced speed.
Such an emergency drive shall act directly on the bullwheel (bypassing main drive and gearbox) and be powered by an independent generator set.
Each tower shall be equipped with ladders and platforms for safe access for maintenance and service.
The carrier shall have the option to exchange the passenger cabin with a freight basket and/or a load frame within 30 minutes. Therefore, the carriage and hanger arm shall stay attached to the rope. Only the cabin shall be able to be disconnect and replaced easily and without the use of any special tools.
The cabin doors shall be automatically open, close, lock in the stations, and stay lock during the whole trip. The lock needs to be monitor.
Due to the challenging terrain, "Integrated Recovery System" shall be included.
The bidder shall provide electrical and mechanical training to the operator. The supplier shall also supervise for the first full month of operation.
The station shall need only minimal footprint.
Cabin doors shall face towards inside so that only one load and unload platform is needed.
The carrier stops shall have buffers.
Ladders and platforms shall be provided to access elevated machinery for maintenance and service
The above figures are preliminary and subject to revision.
3. Estimated Quantities of Major Components
Component Size Volume
Cable Car At least for 8 passengers
2 nos.
Bicable Rope minimum diameter of 46 mm
Minimum 46mm diameter rope with high factor of safety
equivalent to European standard
2.4 km
Concrete Foundation Approximate (10 x 10 x 4)m 2000 cum
At least 5 Tower truss fabrication and installation
Height = 14 to 32 m Minimum 70 Ton
Driven wheel Electric motor Driven wheel with
appropriate capacity
2 nos.
The above figures are indicative requirements only and are subject to revision.
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 54 Upper Tamakoshi Hydroelectric Project
4. Contract Implementation Period
The detail survey, design, manufacture, supply, installation, testing, commissioning and operation of cable car scheme is scheduled to finish within 14 to 18 months from its commencement.
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 55 Upper Tamakoshi Hydroelectric Project
B. Supplementary Information
1. Brief Descriptions of Rolwaling Diversion Tunnel Scheme and Chhet Chhet – Rikhu Cable Car
The Rolwaling Diversion Tunnel Scheme (RDTS) is located in the lower region of the Higher Himalayas in Gaurishankarr VDC of Dolakha District, Janakpur Zone of Central Development Region, which lies about 95km (direct) north-east from the national capital city,Kathmandu. Project location is shown in Figure 1. By road, the distance from Kathmandu to the Project area is approximately 200km.
Figure -1: Location of the Project.
RDTS is the second stage development of 456 MW Upper Tamakoshi Hydroelectric Project (UTKHEP). It involves mainly diversion weir, intake and diversion (or transfer) tunnel from Rolwaling River to UTKHEP reservoir at Lamabagar. The water from Rolwaling River will add to the water from Tamakoshi itself before conveyed to UTKHEP intake. As UTKHEP receives sufficient water from Tamakoshi River for full production in the wet season, the additional water from Rolwaling River is not only required in the dry season but also in transition periods between dry and wet seasons .The Rolwaling headworks is located at an approximate elevation of 2,200 masl near Rikhu Village of Gaurishankar VDC whereas outlet is located in Upper Lamabagar village of Lamabagar VDC.
The access road has not yet envisaged up to Rolwaling headwork’s site due to difficult topography from confluence of Tamakoshi and Rolwaling rivers to the intake site.A permanent type cable car (8 passenger, bi-cable, jig-back system having carrier capacity of max. 1000 kg with freight basket per trip, and 9 min. trip time etc.) shall be constructed from Chhet Chhet (elev. 1,400 m) up to Rikhu village (elev. 2,100 m). Approximate length of the cable car is 2.4 km. Access from Rikhu village to Rolwaling headwork’s will be through construction adit no. 1 and part of the diversion tunnel itself from adit no. 1 to intake. A connecting road of approx. length 600-800 m shall be constructed from cable car's end station at Rikhu up to the portal of adit no. 1.
The Bottom Station shall be located at, or near ChhetChhet near by the existing road. Stations land shall be acquired by UTKHPL on safe and foot accessible place. The expected maximum GLOF flood level near Chhet Chhet would approximately 10 m above the existing river bed level. The proposed location for the Base Station is about 40 m above the existing river bed level and seems
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 56 Upper Tamakoshi Hydroelectric Project
safe during GLOF. The top Station is at Rikhu at elevation above 2100m, which is nearby the headworks site of Rolwaling Diversion Tunnel Scheme.
The construction of cable car shall be commenced prior to the commencement of the main works of Lot B - Rolwaling Diversion Tunnel Scheme and is scheduled to finish within 14 to 18 months from its commencement.
2. Environmental Considerations
The diversion is planned at about elevation 2200 masl about 3 km upstream of Rolwaling River's confluence with Tamakoshi in a steeply (18%) sloping reach of the River. The area has apparently low riparian habitation and the only nearby settlement is Rikhu, which is situated at elevation 2150 masl to the north overlooking Rolwaling River. The trekking trail and track from Simigaun to Beding is about 1 km to the south from … about 400-800 m above the point of diversion in the left bank of the Rolwlaing khola. The Riverbanks are deeply incise in the terrain, which seems to be cover with forest.
The minimum average monthly flow of Rolwaling River is 2.5 m3/s at the location approximately 1 km upstream from the confluence with Tamakoshi, meaning that about 2.25 m3/s will be available for diversion. As per the Hydropower Policy requirement, 0.25 m3/s (10% of the minimum average monthly flow) shall release as downstream riparian flow.
The biophysical impacts from this diversion will be minimum in Rolwaling watershed. However, the dry season flow in the stretch between confluence of Tamakoshi River and Rolwaling River and Tailrace outlet will be reduced.
Physical environment
Upper Tamakoshi Basin The Tamakoshi river basin is one of the several Trans-Himalayan catchments with headwaters situated on the Tibetan Plateau. The two principal watercourses originating in Tibet are Lapche Khola and Rongchar Chu. Both enter Nepal from the North and Northeast at elevations of about 4,000 m and 2,500 m, respectively. From the northern border down to Lamabagar upper village at the elevation of 1,970m, the river descends rapidly in a narrow valley over a distance of 30 km, with a steep average gradient of 7.5%. The highest point on the western and eastern boundaries of the upper basin reach elevations is about 6,000masl (Figure 2, below). The headworks site is located in the upper part of the Tamakoshi River basin, particularly at Lamabagar village about 100 Km east of Kathmandu, 8 Km south of China border and 30 Km north of Charikot, Dolakha district. The total catchment area up to the UTKHEP intake site is 1,745 km2. Near to the suspension bridge at Lamabagar village, the Department of Hydrology and Meteorology (DHM) network gauging station GS2 is located at elevation 1,965m. Rolwaling Khola is the first larger tributary, enveloping a relatively larger catchment area of 309 km2 at the upstream end of the Rolwaling Diversion Tunnel Scheme and flows into the Tamakoshi River upstream of ChhetChhet village from the east at an elevation of 1,428m.
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 57 Upper Tamakoshi Hydroelectric Project
Figure 2: Upper Tamakoshi river basin
Hydrology
Rolwaling is a major tributary, which flows into the Tamakoshi at approximately 5.5 km downstream of the headworks site. It flows, in general, from east to west direction, and is surrounded by high peaks on the north, east and southern sides, which all exceed 5500 m altitude. The confluence point with the Tamakoshi lies at an altitude of 1428 m, and the total catchment area of Rolwaling River upstream of this point is 309 km2. The catchment area upstream of Rolwaling proposed intake point is approximately 277 km2. This area contributes 94% of the total catchment area of Rolwaling River down to its confluence with Tamakoshi.
There are small tributaries like the Ghatte Khola and Bhaise Khola, which flow into the river over this reach. Over a length of 5.8 km from Rolwaling Khola to the tailrace outlet, the most important tributary river is Gongar Khola. Considerable flow even in the month of May occur in Bhaise Khola which flows in from the right bank and mixes into the river at about 4 km downwards from the main headworks site. Mean monthly flows of Tamakoshi and Rolwaling Rivers are present in the table below:
Months Tamakoshi River at UTKHEP Dam
Rolwaling River at Intake
Jan 14.50 3.60
Feb 12.80 3.10
Mar 12.40 3.00
Apr 15.40 3.90
May 30.80 8.90
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 58 Upper Tamakoshi Hydroelectric Project
Jun 78.90 26.60
Jul 164.60 61.90
Aug 175.70 66.70
Sep 116.10 41.20
Oct 53.50 16.70
Nov 26.10 7.20
Dec 17.90 4.60
A glacial lake outburst flood from Tsho Rolpa may not have severe impact on a Rolwaling intake and weir, as the structural dimensions are small and can design to pass the GLOF over the structure.
Geology
The entire project area belongs to the Higher Himalayan, and, in particular, to the Higher Himalayan Crystalline unit. This zone is composed of Precambrian metamorphic and igneous rocks. Structurally numerous thrusts and more or less folded napes, and schuppes divide the zone. The Higher Himalayan Unit extends continuously along the entire length of the country with its width varying locally. The high-grade metamorphose gneisses;schist has and marbles of the zone form the basement of the Tibetan-Tethys zone. Granites are found in the upper part of the unit. The Higher Himalayan unit of this region can be subdivided into four major structural units of which the immediate project area belongs to the Crystalline schuppe zone (Solo gneiss schuppe zone), which is considered to be allochthonous. The Solo gneiss schuppe zone which is distributed widely in the upper reaches of the Tamakoshi and surrounding area and has a general orientation of 30/040 (dip/dip direction of foliation). The upper part of the schuppe is composed of banded mica gneiss with minor folding and augen structure while the lower part is mainly composed of medium-grained gneiss with moderately developed foliation. Garnet mica gneiss is the most common rock in this schuppe. In the course of the UTK Feasibility Study, the major rock type encountered in the project area was micaceous schist and banded gneiss with abundant mica content. The rock cores from exploratory boreholes drilled at the right bank of the Tamakoshi River between the UTK headworks and the powerhouse area contained 20% to 42% of mica and 40% to 72% of quartz and feldspar, with a predominance of quartz. According to verbal communication with UTK site geologists, during excavation of the powerhouse, as well as the access and tailrace tunnels, intercalations of schistose interlayers of a few decimeters to meter thickness with reduced shear strength were encountered occasionally within the predominantly gneissose rock mass. The excavation of the headrace tunnel did not intersect such interlayers. Geological surface mapping and remote sensing, i.e. interpretation of satellite images and a quasi 3D analysis of Google Earth images, shows the Rolwaling project area to comprise a sound monolithic rock mass without any significant weak zones. The rock is massive, consisting of strong to very strong micaceous gneiss. If anything at all, only a few tectonic faults are to be expected along the tunnel alignment.
Seismicity
Immediately prior to the seismic hazard assessment for the Rolwaling site, an extremely large M7.8 earthquake occurred on 25th April 2015, ripping across about 150 km of central Nepal, from Gorkha, past Kathmandu, stopping near Bokhara, not far from the project site. On 12 May 2015, an unusually large aftershock of M7.2 occurred, with epicenter at 86.08° E/27.84° N. The origin points of these two ruptures are shown in Figure 3, along with the aftershocks of both earthquakes up to 19 May 2015. The aftershock distribution can be taken as mapping approximately
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 59 Upper Tamakoshi Hydroelectric Project
the area of the mega thrust that has broken and along which slip occurred in the two main shocks.
Figure 3: Epicenter map of the aftershock sequences recorded
teleseismically by the USGS, following the 25th April 2015, M7.8 shock
(pink) and following the 12th May 2015, M7.2 shock (yellow). The Rolwaling
site is marked by a red triangle, mainshocks are denoted by stars
Probabilistic and deterministic seismic hazard analyses were carried out for Rolwaling Diversion Tunnel Project to estimate the Operating Basis Earthquake (OBE) and Safety Evaluation Earthquake (SEE). The Operating Basis Earthquake (OBE) causes ground motion at the project site for which only minor damage is acceptable, while the Safety Evaluation Earthquake (SEE) causes the maximum level of ground motion for which the structures should be designed so that there is no uncontrolled release of water. The OBE corresponds to the PSHA results for 10% exceedance probability in 50 years. A value of PGAOBE = 0.222g is adopted (Table 3.1). The PGA caused by the SEE can be derived from comparison of:
the PSHA results for 1% exceedance probability in 100 years, i.e. 0.236g (from Table 3.1);
with
The deterministically estimated PGA corresponding to that for the SEE, PGASEE = 0.34g.
The larger acceleration that method yields, either probabilistic or deterministic, is adopted as the PGASEE estimate. Thus a value of PGASEE = 0.34g was adopted. Following the directives of §3.2.2.3 of EN 1998-1 (CEN, 2004) the vertical components for the PGAOBE and the PGASEE are derived from the preceding values to be 0.2g and 0.31g, respectively. In summary, the Peak Ground Accelerations for design are as follows:
PGA Horizontal
PGA Vertical
OBE 0.22g 0.20g
SEE 0.34g 0.31g
Topography and Soils
The project impact area lies near the lower regions of the Higher Himalayas in the Tamakoshi, which constitutes a broad complex of mountains, hills and valleys. The hills are steep and the topography rugged. Hill slopes on both the banks of the river are steep to vertical cliffs. At some places, the hills are exceedingly steep. Except for the river plain upstream of the natural dam at
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 60 Upper Tamakoshi Hydroelectric Project
Lamabagar, plain areas of any extent are very scarce in the predominantly steep landscape. The altitudinal variation of the project area ranges between 1980 m to over 6000 m. As the project stretches within the Lesser Himalayan region and Higher Himalayan region, different types of soil were prevalent depending upon the altitude. At lower altitudes along the riverbanks, colluvium soil deposits are found.
Air and noise quality
The project area lies in a rural setting, where there are no industries and is completely devoid of industrial emissions, and since the project area consists of foot tracks only, air pollution from vehicular emission is nil. In a normal condition, the ambient air quality is not a problem in the UTKHEP area and will be within the WHO guideline values for all criteria. However, in the dry season (February–April) with very little ground moisture, loosening of dry agricultural soils for plantation and windy conditions, the air quality is degraded.
Land use pattern
The land use in the project area mainly consists of forest with isolated patches of agricultural land. The right bank of the head works area consists of rock outcrop with forest on the upper slope while the left bank consists of dense forest. The proposed camp area is located on cultivated terrace land with forest on the lower slopes of Rikhu village.
3. Applicable Conditions of Contract
'Chhet Chhet - Rikhu' Cable Car Scheme for the construction of Rolwaling Diversion Tunnel Scheme under Upper Tamakoshi Hydroelectric Project shall be carried out in a single package based on the FIDIC Conditions of Contract for EPC/Turnkey Projects, 1999 Edition (Silver Book).
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 61 Upper Tamakoshi Hydroelectric Project
4. Approximate Alignment Drawings
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 62 Upper Tamakoshi Hydroelectric Project
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 63 Upper Tamakoshi Hydroelectric Project
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 64 Upper Tamakoshi Hydroelectric Project
Tower 1
Bottom Station
Tower 3 = Mid Station
Tower 2
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 65 Upper Tamakoshi Hydroelectric Project
Bottom Station
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 66 Upper Tamakoshi Hydroelectric Project
Bottom Station
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 67 Upper Tamakoshi Hydroelectric Project
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 68 Upper Tamakoshi Hydroelectric Project
Tower 1
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 69 Upper Tamakoshi Hydroelectric Project
Tower 1
Tower 3 = Mid Station
Tower 2
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 70 Upper Tamakoshi Hydroelectric Project
Tower 3 = Mid Station
Tower 2
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 71 Upper Tamakoshi Hydroelectric Project
Top Station At Rikhu
Tower 5
Tower 4
Prequalification Documents Section 5 - Scope of Contract Prequalification of Bidders for Lot A - 'Chhet Chhet - Rikhu' Cable Car Scheme
Upper Tamakoshi Hydropower Limited Page 72 Upper Tamakoshi Hydroelectric Project
C. Facilities to be Provided by the Employer
Employer shall provide the required electric power at the Bottom station of Chhet Chhet. Any power required at the Middle and Top Stations will have to be manage by the Contractor himself. The land, environment and social issues shall be consider by the Employer.